SOURCES SOUGHT
38 -- Repair/Replace ST-1B/!A & Replace Switch - Draft SOW Construction
- Notice Date
- 1/29/2013
- Notice Type
- Sources Sought
- NAICS
- 221122
— Electric Power Distribution
- Contracting Office
- Department of the Air Force, Air Force Space Command, 460 CONF / LGC, 460 CONF / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
- ZIP Code
- 80011-9572
- Solicitation Number
- FA2543-13-R-0009
- Archive Date
- 2/20/2013
- Point of Contact
- Reggie Myles, Phone: (720) 847-7427, KathyGatewood Clark, Phone: (720) 847-7175
- E-Mail Address
-
reginald.myles@buckley.af.mil, kathy.clark.1@us.af.mil
(reginald.myles@buckley.af.mil, kathy.clark.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DRAFT - Repair by Replace ST-1B & Maintain ST-1A and Construct Replacement Switch at B805 This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potentially interested small businesses and may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time. 460 CONF/LGCAB is seeking commercial sources to provide all management, personnel, tools, supplies, equipment, materials, and labor necessary to repair by replacement of the ST-1B switching station with electrical switch gear that is capable of supporting a minimum of 3 load circuits and that meets current National Electric Code (NEC), provide manufacturer recommended lifecycle maintenance on ST1-A switchgear, replace ST-29 switchgear with electrical switch gear that meets current NEC, move the new switch gear to a location that is Anti-Terrorism/Force Protection (ATFP) compliant and repair the sidewalk at the site where the old ST-29 was located on Buckley Air Force Base (BAFB). It is anticipated that the contract performance period will be 16 weeks after notice to proceed. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 221122 Electrical Power Distribution. The size standard for NAICS 221122 megawatt hours is not to exceed 4 million megawatt hours in the preceding year. If you believe another NAICS is more applicable for this requirement, please so indicate and state the justification with your reply. The Government is interested in all small businesses including Small Business, 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Woman Owned Small Businesses that are interested in performing this requirement. The Government requests interested parties to submit a response which includes a brief description of their company's business size (i.e. annual revenues, and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of same/ 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. THIS SOURCES SOUGHT NOTICE IS ALSO ISSUED FOR THE PURPOSE OF MARKET RESEARCH IN ACCORDANCE WITH FAR PART 10. The draft only Statement of Work (SOW) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the SOW. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Industry comments, suggested changes for the SOW, and/or submittal of commercial practices for the Government's consideration (please limit to no-more-than two pages) are requested to be submitted in writing with the capabilities statement due by 4:00 pm MST, Tuesday, 5 February 2013. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft SOW posted with this notice is subject to change; the formal version of the SOW will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) FAR 52.204-99 (DEVIATION) System for Award Management Registration (August 2012)(DEVIATION, lack of registration will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. The Government will not pay for any material provided in response to this market survey nor return the data provided. No entitlements to payment of direct/indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. All interested firms should notify this office in writing by mail, e-mail, or fax of your interest in this notice. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone call (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. All interested parties should contact, either of the following individuals no later than 4:00 pm MST, Tuesday, 5 February 2013, Contract Specialist, Mr. Reginald Myles at (720) 847-7427, reginald.myles@us.af.mil or Team Lead, Ms. Kathy GatewoodClark at (720) 847-7175, kathy.clark.1@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/FA2543-13-R-0009/listing.html)
- Place of Performance
- Address: 460 CONF/LGCA, Buckley AFB CO, Aurora, Colorado, 80011, United States
- Zip Code: 80011
- Zip Code: 80011
- Record
- SN02974309-W 20130131/130129234206-e212297036d7f28d9fc0c089cc11d5ee (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 |