Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOURCES SOUGHT

J -- MUNITIONS STORAGE IGLOO AT C-74A - Drawings

Notice Date
11/20/2012
 
Notice Type
Sources Sought
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FTFA081183
 
Archive Date
12/7/2012
 
Point of Contact
Velmandria, Phone: 850-883-7459, Christine, Phone: 850-882-9120
 
E-Mail Address
velmandria.sylvester@eglin.af.mil, christine.young@eglin.af.mil
(velmandria.sylvester@eglin.af.mil, christine.young@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Photographs of Munitions Storage Igloo at Site C-74A. Specifications for Munitions Storage Igloo at Site C-74A. As-Built drawings T-0001 through E-107 Munitions Storage Igloo. This is a Sources Sought Notice. This is NOT a pre-solicitation notice pursuant to FAR Part 5. The Air Force Test Center Operational Contracting Division is seeking to identify sources with a PRIMARY North American Industry Classification System (NAICS) code of 238110 that has proven technical skills in pouring and finishing concrete foundations and structural elements and the resources to conduct the following tasks; Construct one new munitions storage earth covered magazine igloo and incidental work related per the project documents. Construction of this project will consist of all appurtenances for complete Explosive Safety, Access Control, and Storage of Munitions and related items. Contractor to plan civil, commissioning, communication, denial, electrical, energy, environmental, fire protection (detection and alarms), foundation, gates, GIS, GPS, grounding, ventilation, lighting, lightning protection, roof and wall insulation, mechanical, pavements, plumbing, recycling, reports, roadways, sampling, security, sensors, service, signage, structural, surge protection, tests, transformers, utility, Xeriscape, and other engineering and protection features of the work to be accomplished who are licensed professionals with experience to practice in their respective professional field in the state of Florida. Investigate, obtain, and verify all information concerning survey features above and below grade to ensure technical accuracy of design drawings and data provided to the government. A specified Internal locking device unit with a national stock number is to be installed by the contractor which is required to be purchased through the Naval Facilities Engineering Service Center. All work to comply with AF Manual 91-201 Explosive Safety. Comply with DoD 6055.9-STD Ammunition & Explosives. All construction to be prepared in strict accordance with current codes, Americans with Disabilities Act (ADA), Accessible Buildings Act (ABA), National Fire Protection Agency (NFPA), Life Safety 101, Florida Building Code 2012, Federal Standards, DoD requirements, Unified Facilities Criteria, Air Force, and Eglin AFB. Work efforts will be coordinated with other projects and government operations in the same vicinity area. Work will be conducted at the Site C-74, Eglin AFB, Fl in a secure compound with the work area having restricted boundaries. Project is located at Site C-74A Eglin AFB that will include below surface investigation, grade verification, demolition, permits, site work, resources, inspection, and completed Construction Performance Schedule in compliance with specifications and drawings. Contractor is advised that there will be times when military operations may require the project site to be closed for safety. During scheduled times of area closure all personnel will not be authorized entry into the Project Area. Coordination in advance of area restriction notices will be received by 96 CEG or from the 96 TW for making scheduled arrangements of site access. Excess of six-hours of project site access denial for workers, the Contractor will be provided an extra day added to contract period. The estimated magnitude of the entire contract is between $500K and $1M. The estimated period of performance for this project is 220 calendar days after contract Notice to Proceed date. The Government is seeking firms with a PRIMARY NAICS code of 238110 for this acquisition. The Government will not award a contract solely on the basis of this Sources Sought Notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Any interested parties shall ensure they are registered in the System for Award Management (SAM). To register and create an account in SAM, go to https://www.sam.gov or call 866-606-8220 8am - 8 pm (Eastern Time) for assistance. The Sources Sought is to determine the capability of potential sources and the availability of resources pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation to Bid or Request for Proposal, and is not to be construed as a commitment by the Government. Responses should include a statement of capabilities and address how you will meet the Government's needs based on the draft Statement of Work. List previous contracts with like requirements of similar scope and magnitude that your company has been awarded and submit your company's name, address, point of contact, Cage Code, telephone number, and size of business pursuant to NAICS code 238110, small business size standard is $14M. In addition to the size of business, indicate all classes of business that fit your firm, e.g., Small Disadvantaged, Veteran Owned, etc. Responses are limited to three (3) pages. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Your response must be received no later than 1500 CDT, 05 Dec 2012. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. Direct any questions/responses about this requirement, by email only, to Ms. Vel Sylvester at velamandria.sylvester@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d66a2905a7205fff35d2a17284b1b188)
 
Place of Performance
Address: Site C-74A Eglin AFB, Florida, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02934964-W 20121122/121120234942-d66a2905a7205fff35d2a17284b1b188 (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.