Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
SOURCES SOUGHT

Z -- Dormitory Renovations

Notice Date
6/10/2014
 
Notice Type
Sources Sought
 
NAICS
236118 — Residential Remodelers
 
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
FA4861-14-R-A104
 
Archive Date
7/3/2014
 
Point of Contact
Martin R. Gonzales, Phone: 7026529333
 
E-Mail Address
martin.gonzales@nellis.af.mil
(martin.gonzales@nellis.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The 99th Contracting Squadron, Nellis AFB, is conducting a MARKET SURVEY to determine the interest and capability of sources for a potential 100% set-aside for HUBZone, Women-Owned, 8(a), Service Disabled Veteran Owned, or Small Business concerns in the NAICS Code 236118 for a firm-fixed price (FFP) contract. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in furnishing all labor, supplies, materials, supervision, transportation, equipment, and all else required to renovate four (4) single story buildings and two (2) 3-story dormatory buildings on Nellis Air Force Base, NV. The building breakout is as follows: -Four (4) Sinlge Story - Dayrooms (or common areas) -Two (2) 3-Story Dormatories - 72 rooms reach (216 rooms total) Services needed inlcude: demolition, disposal, and replacement of wood trim, door frames, wall paper, carpet, covebase, ceramic tile, vanities, caulking, popcorn ceiling texture, painting, drywall, and wall insulation. Minimal lead based paint abatement will be required during ceramic tile work. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. Magnitude of Construction: Between $500,000 and $1,000,000 over the life of the contract. Request interested firms respond to this notice and provide the following: (a) Firm's INFORMATION [name, address, phone number, CAGE code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor]; (c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant construction experience with a primary focus on IDIQ type contracts and simultaneous performance of multiple projects at different locations and include a summary of relevant (multiple trade, multiple task order, construction projects), and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) BONDING CAPABILITY on individual projects and aggregate requirements; and (f) PERCENT OF WORK the firm can commit to accomplishing construction with in-house (not subcontracted) labor. Interested Contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail for a decision to be made based on the criteria previously mentioned. Responses shall be limited to six (6) pages. Send response to FAX or email of individual Point of Contact (POC) listed below. It is imperative that firms provide the required information for capabilities to be accurately evaluated. Failure to submit all information requested shall result in a contractor being considered "NOT INTERESTED" in this requirement. The government reserves the right to set this acquisition aside for small business, 8(a), HubZone small business, Women-Owned or Service-Disabled Veteran-Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside this acquisition or solicit on an unrestricted basis, it will be posted on this website. This request for information (RFI) notice is issued for planning purposes. This is not a Request for Proposal (RFP). Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs. Note: It is highly recommended that prospective contractors be registered in the System for Award Management (SAM) database as registration is required for the contract awardee. Registration requires applicants to have a Commercial and Government Entry Code (CAGE) and Data Universal Numbering System (DUNS) number from Dun and Bradstreet. Registration usually takes up to five (5) days to process. Recommend registering immediately in order to prevent any delays. Responses to this announcement are due no later than 2:00 PM (PST) on Wednesday, June 18, 2014. Primary POC is Staff Sergeant Martin Gonzales at (702) 652-9333; fax: (702) 652-2532; email: Martin.Gonzales.3@us.af.mil. Alternate POC is Mr. Patrick Mock at (702) 652-9121; email: Patrick.Mock.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-14-R-A104/listing.html)
 
Place of Performance
Address: Nellis AFB, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN03390630-W 20140612/140610235450-ec10fbb596e5906b4c17515d20635d2a (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.