MODIFICATION
Z -- Install Exhaust Fan System
- Notice Date
- 6/4/2010
- 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
- RKMF-09-0062
- Archive Date
- 7/31/2010
- Point of Contact
- Mary Williams, Phone: 702-652-9115, Matthew Leonard, Phone: 702-652-9119
- E-Mail Address
-
marya.williams@nellis.af.mil, Matthew.Leonard@nellis.af.mil
(marya.williams@nellis.af.mil, Matthew.Leonard@nellis.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 99th Contracting Squadron, Nellis AFB, is conducting a MARKET SURVEY to determine the interest and capability of HUBZone, 8(a), and Service-Disabled Veteran-Owned small business firms. The applicable North American Industry Classification System (NAICS) code for this acquisition is 236220 with a small business size standard of $33.5 Million. Work consists of furnishing all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to complete demolition of 8 existing hoods, cover plates, rebar and unneed conduit junction boxes. Project includes: repair existing holes in concrete where existing rebar is to be removed; install (8) new 10" 600 CFM exhaust fans and (8) new exhaust hoods; provide necessary caulking and sealants; provide adequate power and terminations to the (8) exhaust fans and hoods; remove all construction debris on a daily basis. During the prject, contractor must work within the perimeter of flight line authorization, security and schedule. Notice: Funds are presently not available but are reasonably assured for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after closing date. Response: Response is solicited from (1) SBA certified small business HubZone firms; (2) small business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) service-disabled veteran-owned small business firms; (4) small business firms; and (5) large business firms. A firm is considered small if their average annual receipts for the preceding three (3) fiscal years were less than or equal to $33.5 Million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (3) above to determine that award of this project can be made at a fair market price, the solicitation may be issued as unrestricted without further consideration. Request interested firms (regardless of size) submit (1) NAME, ADDRESS, and PHONE NUMBER of the firm (including CAGE code); (2) a CAPABILITY STATEMENT [including (a) a summary of RECENT (within the last three fiscal years), RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor, etc.) they performed the work; (3) their SIZE STATUS; and (4) the PERCENT OF WORK their firm can commit to accomplishing this work with in-house (not subcontracted) labor if awarded the contract. This is NOT a request for proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. The solicitation will be posted on the Federal Business Opportunities website (FedBizOpps at http://www.fbo.gov) and no paper copies will be provided. It is anticipated the solicitation will be issued electronically on or about 15 July 2010, on the Federal Business Opportunities (FBO) web page. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), and WinZip (.zip or.exe.). More information concerning these viewers can be found on the FBO website. 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 Mary Williams at (702) 652-9115; email: marya.williams@nellis.af.mil. Alternate POC is Capt. Matthew Leaonard at (702) 652-9119; email: matthew.leonard@nellis.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/RKMF-09-0062/listing.html)
- Place of Performance
- Address: Las Vegas, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN02168847-W 20100606/100604234907-521f274ae0021f9c163230bce63ca9f8 (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 |