SOURCES SOUGHT
Z -- Renovate Bldg 527 A&FRC
- Notice Date
- 2/6/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
- ZIP Code
- 65305
- Solicitation Number
- FA462517N0003
- Archive Date
- 3/3/2017
- Point of Contact
- Matthew Beamer, Phone: 6606875416, Janet Judkins, Phone: 6606874291
- E-Mail Address
-
matthew.beamer@us.af.mil, janet.judkins@us.af.mil
(matthew.beamer@us.af.mil, janet.judkins@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTE. REFERENCE NUMBER: FA4625-17-N-0003, Renovate Bldg 527 for A&FRC, Whiteman AFB This construction project will locate both Bomb Wing's A&FRCs within the same office areas and provide the Central Post Office its allotted space in Building 527. The 131st A&FRC is located within a 20th RS maintenance facility, and the Central Post Office is in an undersized space per AFMAN 32-1084. This contract would involve the construction/modification of Building 527's floor plan and perform upgrades as necessary to make the building a complete and usable facility for the 509th/131st A&FRCs and the Central Post Office, along with associated functions. The work will include moving walls, upgrading entryways, relocating/rewiring utilities, and other typical renovations and finish work. The 131st A&FRC will integrate into new office areas with the 509th A&FRC who currently occupy the majority of Building 527. The Central Post Office space will include a lobby, postal finance section, mail processing area, postal directory section, accountable mail area, registered mail section, postal administration, postal supply storage, and custodian of postal effects (COPE) areas. In addition, the Official Mail Center (OMC and the Postal Service Center (PSC) functions will relocate to Building 527. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), or invitation for bid (IFB) or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to this sources sought announcement. The Government does not intend to award a contract on the basis of this announcement or otherwise pay for any information submitted by respondents to this request. This notice is for planning and market research purposes only. Any resulting solicitation will be posted at the www.fbo.gov website. Potential Offerors must be registered in the System for Award Management (SAM) in order to conduct business with the Federal Government. The registration process is free, but does take time and effort on behalf of a firm to complete. Interested parties are encouraged to start the registration process early so the firm can be considered for award. Registration instructions are attached to this posting. The North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, and the size standard is $36.5M. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact no later than 2:00 PM CDT on 16 Feb 2017. Such capabilities and qualifications will be evaluated solely for the purpose of determining if this procurement can be set-aside on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications ARE NOT acceptable in response to this notice. The magnitude is between $1,000,000 and $5,000,000, however it is closer between $3,000,000 and $5,000,000. Please limit your capabilities listing to no more than five (5) pages. Sources shall include in their information: 1. A detailed capabilities statement their capabilities in providing the same or similar services described in this notice. 2. A point of contact with phone and e-mail information. 3. Business Socio-Economic Factors, such as: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, Women-Owned Small Business, Small Business. 4. Business size based on NAICS 236220, Commercial and Institutional Building Construction. 5. A positive statement of interest to submit a quotation. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. This request for information is not a solicitation and the Government will not pay for any information submitted, or for any costs associated with providing the information. All interested prime Contractors capable of performing this requirement are highly encouraged to submit a capability package to: 509cons.sollgca@us.af.mil or FAX to (660) 687-7083. If you have any questions, please contact 2Lt Matthew Beamer at 660-687-5416.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/86eac5eb3594151e4476032a04512cf1)
- Place of Performance
- Address: Whiteman AFB, MO, Whiteman AFB, Missouri, 65305, United States
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN04391918-W 20170208/170206234731-86eac5eb3594151e4476032a04512cf1 (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 |