SOURCES SOUGHT
56 -- ILS Relocation Lackland AFB - Package #1
- Notice Date
- 2/24/2012
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Air Force, Air Force Space Command, 38 CONS, 4064 Hilltop Road, Tinker AFB, Oklahoma, 73145-2713, United States
- ZIP Code
- 73145-2713
- Solicitation Number
- 38CONSLGCA-SS14
- Point of Contact
- Micah Selcer, Phone: 405-582-1221, Elizabeth C. Fanning, Phone: 405-7347368
- E-Mail Address
-
micah.selcer@tinker.af.mil, elizabeth.fanning@tinker.af.mil
(micah.selcer@tinker.af.mil, elizabeth.fanning@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ILS Localizer Relocation RELOCATION OF LOCALIZER SHELTER Lackland AFB, TX SOURCES SOUGHT February 24, 2012 The purpose of this procurement is to acquire contractual support to relocate the existing ILS Localizer Shelter 33 North end of runway and the ILS Localizer Shelter 15 on South end of runway. Note: The 33 North Runway Localizer Shelter Relocation shall include the relocation of the existing Back-up generator and installation of a new above-ground 3 day fuel tank with catch basin and a new 4-Pole transfer switch. These shelter relocation projects are needed to resolve airfield frangibility issues previously identified by the Air Force Flight Standards Agency (AFFSA). This contract shall include the construction of new concrete foundations for the North (33) Localizer shelter, the back-up generator for the north-end localizer and the South (15) Localizer shelter. AFFSA shall recertify the systems as being fully operational to support flight operations. 1. AFSPC 38 Cyberspace Engineering Installation Group (CEIG) is requesting information from industry as part of market research to determine what qualified contractors exist. 2. THIS IS A SOURCES SOUGHT ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bid, a solicitation, or an indication the US Air Force (AF) or 38 CEIG will contract for the items contained in the sources sought. 38 CEIG will not pay respondents for information provided in response to this sources sought. 3. This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 237130. The size standard for NAICS 237130 is $33.5 million or less in average annual receipts. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, Women Owned Small Business or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. In addition, request Contractor to provide a list of any other NAICS they feel are more applicable than the one specified above. Contractor shall specify business size status for each NAICS included in response. Provide enrollment status and expiration date in the Central Contractors Registration System. 4. Provide formal responses to the tasks listed below. Address your capabilities to accomplish the below tasks and provide highlights of successful past experience on similar contracts within the past 3 years. a. Design and construct foundations for the localizer equipment shelters, including equipotential ground planes at both new shelter locations. b. Extend existing power and communications signal cables and install new junction boxes for each from the old location to the new location. Runway 33 North Localizer Shelter relocation places the closest foundation edge 270' southwest or perpendicular of the antenna centerline. Runway 15 South Localizer shelter relocation is 260' southwest or perpendicular of the antenna centerline. This will place the shelter inside the support road, approximately 60' southwest of the current location. Trenching will be required. c. Relocate the existing shelter to the new foundation. Install the required power cable and signal cables, and supply all connectors. d. AFFSA will recertify the localizer is operable and ready for flight operations. e. Remove the old shelter foundations and dispose of them in accordance with local policy. 5. Interested contractors should address potential organizational conflicts of interests, reference FAR 9.505-1 and if applicable submit mitigation plans with capability statements. The mitigation plan is not part of the capability statement. 6. Please include as part of your response a Point of Contact's: Name, Phone Number, Fax Number, E-mail address, and Mailing address. 7. Request you provide your response electronically, in writing (no links please), on no more than five single-spaced pages using 12-point, Times New Roman font, and minimum of one-inch margins, in Microsoft Word format. Responses to this sources sought are requested by 12 p.m. CST on 13 Mar 12. All responses shall be unclassified and reviewed to ensure consideration. All responses and correspondence related to this matter should be e-mailed (preferred), or mailed to: AFSPC 38 CONS/LGCA (Attn: Mr. Micah Selcer) Bldg 4064 Hilltop Road, Tinker AFB OK 73145-2713 E-mail: micah.selcer@tinker.af.mil Phone: (405) 582-1221 8. Questions concerning this sources sought should be directed to Mr. Micah Selcer via email. Secondary Point of Contact: Elizabeth Fanning elizabeth.fanning@tinker.af.mil 405-734-7368
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c9cc8a74371073c869bc2fe288f2d038)
- Place of Performance
- Address: Lackland AFB, TX, Lackland, Texas, United States
- Record
- SN02683068-W 20120226/120224235604-c9cc8a74371073c869bc2fe288f2d038 (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 |