SOURCES SOUGHT
Z -- Renovate Vandenberg Hall Phase 9
- Notice Date
- 5/18/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-12-R-0014
- Archive Date
- 6/19/2012
- Point of Contact
- Christina Leary, Phone: 7193334986, Adella O'Hara, Phone: 7193334531
- E-Mail Address
-
christina.leary@us.af.mil, adella.ohara@us.af.mil
(christina.leary@us.af.mil, adella.ohara@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis for market research purposes only. The United States Air Force Academy, CO seeks potential sources for a proposed government acquisition for Phase 9 of the Vandenberg Hall Renovation. The renovation of Vandenberg Hall is a nine sequence construction project. This phase involves various repairs and renovation activities in an occupied dormitory housing both cadets and offices for permanent party members. The anticipated North American Industries Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction and the Small Business Administration (SBA) small business size standard is $33.5M. Magnitude of construction is between $10,000,000 and $25,000,000. The proposed contract would be awarded to one vendor as a firm-fixed price contract. Anticipated on-site construction will occur from 1 January 2013 through 31 May 2013. A solicitation is not available; therefore do not request a copy of the solicitation. The United States Air Force at this time is not seeking proposals and will not accept unsolicited proposals. The contractor shall provide all labor, materials, transportation, equipment, and supervision necessary to accomplish this project. All work shall be accomplished in accordance with requirements contained in the Drawings and Specifications and the Statement of Work. This project includes but is not limited to the following: • Mobilization • New roof anchors and upgrade existing roof hatch openings • Demolition • New Charge of Quarters (CQ) desk systems • Electrical, lighting, and cable TV pre-wiring • New fire separation walls • Relocate and/or replace signs • New communications cabling and supporting accessories • New stairwell hand/guard rail systems • New monolithic pavers • New fin tube isolation valves • New piping from pressure relief valves to floor drains • New fire suppression system, fire detection, and alarm system • New wood-framed bulletin boards • Abatement of hazardous materials • Install wall mounted HVAC units in selected offices • New chase from rooftop to lower (tunnel) area • Plumbing • Interior finishes including floors, walls, and ceilings • Demobilization Interested and qualified sources are required to provide the following information no later than 4 June 2012 (12:00 PM Mountain Standard Time): (1) Company name, address, point of contact, telephone number and e-mail address. (2) Date of business type certification and Offeror's Business Size. (3) Letter from bonding agency providing proof of capability to be bonded (both performance and payment bonds). Letter should indicate your company's single and aggregate bonding capability. (4) Offerors capability to perform a contract of this magnitude and complexity. Provide list of ALL RELEVANT projects (projects of a similar size and scope of the proposed project are considered relevant), either Government or commercial, performed within the last three years with a brief description of the project; contract number, project title, dollar amount, timeliness of performance; customer satisfaction. Include your customer's name (vendor), address, telephone number, email address and points of contact with their phone numbers. Indicate if you were the prime or subcontractor, and, if you were a subcontractor, provide the name and point of contact for the prime contractor. Include percentage of self-performed work, how the work was accomplished, and the performance rating for the work. All of the above information should be submitted in sufficient detail for a decision to be made on the availability of interested parties. Responses shall be limited to 5 pages. Proprietary information should be marked "PROPRIETARY INFORMATION". Failure to submit all information by the submission due date and time will result in a contractor being considered not interested in this requirement. In accordance with DFARS 252.204-7004, contractors must be registered in the Central Contractor Registration (CCR) prior to award. Registration may be accomplished at http://www.ccr.gov, or telephone at 1-888-CCR-2423. Pursuant to Air Force Federal Acquisition Regulation Supplement (AAFARS) paragraph 5301.9102(a) Ms. Kelly Snyder has been appointed as the USAF Academy Ombudsmen. The USAF Ombudsman contact information is as follows: 8110 Industrial Drive, Ste 103, Telephone Number 719-333-2074, FAX 719-333-9018, email kelly.snyder@us.af.mil. Interested Offerors shall respond to this Sources Sought Synopsis no later than 4 June 2012 (12:00 PM Mountain Time). Mail or email your responses to Christina Leary, Contract Specialist, email christina.leary@us.af.mil, or Adella O'Hara, Contracting Officer, e-mail adella.ohara@us.af.mil, ATTN: 10 CONS, 8110 Industrial Drive, Suite 200, USAFA, CO 80840. This is a Sources Sought Synopsis for market research purposes only and is not a Request for Proposal (RFP). No solicitation is being issued or requested at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Point of Contact Christina Leary, 10 CONS, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, phone (719) 333-4986, email christina.leary@us.af.mil or Adella O'Hara, Contracting Officer, phone 719-333-4531, email adella.ohara@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-12-R-0014/listing.html)
- Place of Performance
- Address: U.S. Air Force Academy, USAF, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN02752143-W 20120520/120518235837-be1e269c228f3eebb831f305de53b8c2 (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 |