Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2016 FBO #5209
SOURCES SOUGHT

Z -- Eglin Roofing IDIQ - Draft Eglin Roofing IDIQ Specifications 19Feb2016

Notice Date
2/25/2016
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-16-R-4009
 
Archive Date
4/14/2016
 
Point of Contact
Steven A. Pepper, Phone: 8508820288, Kristine E. Wright, Phone: 8508829248
 
E-Mail Address
steven.pepper.3@us.af.mil, kristine.wright.2@us.af.mil
(steven.pepper.3@us.af.mil, kristine.wright.2@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Draft Indefinite Delivery/Indefinite Quantity (IDIQ) Specifications for Repair and Replace Roofs Miscellaneous Base Buildings, Eglin AFB, FL SOURCES SOUGHT NOTICE - EGLIN AFB ROOFING IDIQ: This is a Sources Sought Notice. This is NOT a pre-solicitation notice pursuant to FAR Part 5. The United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operational Contracting Office, Eglin AFB, Florida, is currently conducting market research seeking capabilities statements from 8(a) small businesses that are capable of furnishing all plant, materials, labor, equipment, and operations required to perform Repair and Replace Roofs for Miscellaneous Base Buildings (Roofing IDIQ) in accordance with the attached draft specifications dated 19 February 2016. The estimated magnitude of the entire contract is between $5,000,000 and $25,000,000. The estimated period of performance for this contract would be for one (1) base year and four (4) option years. The NAICS Code assigned to this acquisition is 238160, Roofing Contractors, with a size standard of $15M. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. All interested vendors shall submit a response demonstrating their capability to perform this effort to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time ; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a set-aside for small business, or for any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. 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 238160, small business size standard $15M. In addition to the size of business, indicate all classes of business that fit your firm, e.g., 8(a), Veteran Owned, etc. Responses are limited to five (5) pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: steven.pepper.3@us.af.mil. All correspondence sent via email shall contain a subject line that reads " FA2823-16-R-4009, Eglin Roofing IDIQ." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 30 MARCH 2016. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to any forthcoming synopsis and solicitation. Direct all questions concerning this requirement to Steven Pepper at steven.pepper.3@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cfdceb9a8b6423b020db7ed11b5ba617)
 
Place of Performance
Address: 308 W. D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
Zip Code: 32542-5418
 
Record
SN04030860-W 20160227/160225234456-cfdceb9a8b6423b020db7ed11b5ba617 (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.