MODIFICATION
Z -- Renovate Common Area
- Notice Date
- 6/1/2010
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- LKTC_10-1024
- Archive Date
- 7/3/2010
- Point of Contact
- Marico Gray, Phone: 702-652-8510, Matthew Leonard, Phone: 7026529119
- E-Mail Address
-
Marico.Gray@nellis.af.mil, Matthew.Leonard@nellis.af.mil
(Marico.Gray@nellis.af.mil, Matthew.Leonard@nellis.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a potential 100% set-aside for 8(a), HUBZone, Service Disabled Veteran Owned, or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals for providing all design, labor, equipment, material, manufactured articles, labor, transportation, supervision, and all else necessary to accomplish the design and renovate existing patio, breakroom, and lounge area at Bldg 1005, Creech AFB, NV. Project includes enclosing the existing patio, extending the height existing walls, demo existing walls, installation of electrical outlets and light fixtures, and the installation of a permanent roof covering. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The type is firm-fixed price (FFP) contract estimated between $100,000 and $250,000. Work to be performed will be within the North American Industry Classification System (NAICS) Sector 236220, Construction, with a small business size standard of $33.5 million. The contract perod of performance will be for 120 calendar days. Contractor must be capable of securing bonding. Request interested firms respond to this notice and provide the following: (a) Firm's INFORMATION [name, address, phone number, CAGE code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor]; (c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant construction experience with a primary focus on IDIQ type contracts and simultaneous performance of multiple projects at different locations and include a summary of relevant (multiple trade, multiple task order, construction projects), and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) BONDING CAPABILITY on individual projects and aggregate requirements; and (f) PERCENT OF WORK the firm can commit to accomplishing construction with in-house (not subcontracted) labor. Interested Contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail for a decision to be made based on the criteria previously mentioned. Reponses shall be limited to six (6) pages. It is imperative that firms provide the required information for capabilities to be accurately evaluated. Failure to submit all information requested shall result in a contractor being considered "NOT INTERESTED" in this requirement. The government reserves the right to set this acquisition aside for small business, 8(a), HubZone small business, or Service-Disabled Veteran-Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside this acquisition or solicit on an unrestricted basis, it will be posted on this website. This request for information (RFI) notice is issued for planning purposes. This is not a Request for Proposal (RFP). Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add or update its ORCA record. Primary POC is SSgt Marico D. Gray at (702) 652-8510; email: marico.gray@nellis.af.mil. Alternate POC is Capt Matthew M. Leonard at (702) 652-9119; email: matthew.leonard@nellis.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/LKTC_10-1024/listing.html)
- Place of Performance
- Address: Creech AFB, Creech AFB, Nevada, 89143, United States
- Zip Code: 89143
- Zip Code: 89143
- Record
- SN02165301-W 20100603/100601234806-cc4ebc75290bf3d10e509478ecdf951b (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 |