Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2009 FBO #2934
SOURCES SOUGHT

Y -- TFI-cNAF Beddown-Upgrade Facilities, Bradley Air National Guard Base, East Granby, CT

Notice Date
12/4/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-10-X-XXXX
 
Response Due
12/23/2009
 
Archive Date
2/21/2010
 
Point of Contact
Thomas Tortorella, 860-524-4840
 
E-Mail Address
USPFO for Connecticut
(thomas.tortorella@ng.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS BEING ISSUED FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT. NO TELEPHONE CALLS WILL BE ACCEPTED REQUESTING A BID PACKAGE OR SOLICITATION. THERE IS NO BID PACKAGE OR SOLICITATION. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE. The Connecticut National Guard is seeking 8(a) firms, HUBZone Small Businesses and Service Disabled Veteran Owned Small Businesses (SDVOSB) contractors who are capable of providing construction services for Bradley Air National Guard Base, East Granby, CT 06026. The Connecticut National Guard anticipates the solicitation and award of a contract to provide a TFI-cNAF Beddown-Upgrade Facilities. The North American Industry Classification System (NAICS) code for this effort is 236220 and the Small Business Administration (SBA) size standard is $33,500,000. The magnitude of the project is between $5,000,001 and $10,000,000. The Contractor will provide all plant, labor, supplies, materials, equipment, transportation and supervision necessary to perform all work required in strict accordance with the detailed requirements of the technical specifications and plans. The following is a summary of work to be performed: TFI-cNAF Beddown-Upgrade Facilities: Modify Building 22 into a Sensitive Compartmentalized Information Facility (SCIF), which meets Joint Air Force/Army/Navy 6/9 (JAFAN 6/9) directives, to include interior spaces. Establish an operations floor with a battlecab. Repair and isolate existing communication switch area. Construct a building addition to match existing facility. Renovate a portion of the Building 2 to provide Air Operations Center (AOC) administrative support space. Install a new standing seam roofing system with support framing, install replacement windows and personnel doors. Provide Anti-Terrorism/Force (AT/FP) Protection requirements on both facilities. Remove exterior windows and doors as required. Reconfigure interior spaces including wall and ceiling systems to establish useable and functional spaces. Upgrade bathrooms with new fixtures and provide adequate locker room facilities. Replace and reconfigure HVAC systems, modify interior electrical system and install fire detection and protection systems. Provide smart meters and direct digital controls to improve energy efficiency to meet required standards and obtain LEED Silver certification. Upgrade water services and expand communications support infrastructure, as required. Remove AT/FP pavement incursions by relocating adjacent parking areas. Provide replacement landscaping. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be. Documentation should be between five (5) and ten (10) pages in length. AT A MINIMUM, THE FOLLOWING MUST BE SUBMITTED: (a) Identify whether your firm an 8(a) firm, HUBZone Small Business, or Service Disabled Veteran Owned Small Business (SDVOSB) or another Small Business. Provide a copy of the certificate issued by the SBA of your qualifications as an 8(a) firm, HUBZone Small Business, or Service Disabled Veteran Owned Small Business (SDVOSB); (b) A positive statement of interest to submit a proposal as a prime contractor on a future solicitation for this service; (c) The current bonding capacity of your firm along with the name of your Surety company; (d) Evidence of a minimum of three (3) and a maximum of five (5) recent (within the past five (5) years) experiences in work similar in type and scope to include contract numbers, project titles, dollar amounts, percent of work performed, description of work performed, and points of contact with current telephone numbers. All of the information above must be submitted in sufficient detail for a decision to be made on the availability of 8(a) firms, HUBZone Small Businesses and Service Disabled Veteran Owned Small Businesses (SDVOSB). Interested 8(a) firms, HUBZone Small Businesses, and Service Disabled Veteran Owned Small Businesses (SDVOSB) should indicate interest to the Contracting Officer, in writing as early as possible, but no later than 4 p.m., 23 December 2009. Information shall be provided by e-mail to Major Thomas Tortorella at thomas.tortorella@ng.army.mil or mail at: USPFO For Connecticut (P&C), Attn: Major Thomas Tortorella, 360 Broad St., Hartford, CT 06105. E-mail is the preferred method. Failure to submit all information requested may result in a contractor not being considered as an interested 8(a) firm, HUBZone Small Business, or Service Disabled Veteran Owned Small Business (SDVOSB). After completing its analysis, the Government will determine whether to limit competition among 8(a) firms, HUBZone Small Businesses, Service Disabled Veteran Owned Small Businesses (SDVOSB) or all Small Business firms or proceed with full and open competition as Unrestricted. THIS SOURCES SOUGHT IS BEING ISSUED FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-10-X-XXXX/listing.html)
 
Place of Performance
Address: 103rd Airlift Wing, Bradley Air National Guard Base 100 Nicholson Road East Granby CT
Zip Code: 06026
 
Record
SN02017497-W 20091206/091205000337-e64d67c09f66c83a284a6a283ad0831e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.