SOURCES SOUGHT
47 -- Water Infrastructure Installation
- Notice Date
- 5/18/2017
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
- ZIP Code
- 88103-5321
- Solicitation Number
- FA4855-17-R-XXXX
- Archive Date
- 6/23/2017
- Point of Contact
- James E. Salazar, Phone: (575)784-4803, Bonnie L. Yoakum, Phone: (575) 784-4850
- E-Mail Address
-
james.salazar.2@us.af.mil, Bonnie.Yoakum@cannon.af.mil
(james.salazar.2@us.af.mil, Bonnie.Yoakum@cannon.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 27 Special Operations Contracting Squadron (27 SOCONS) is seeking information concerning the availability of capable contractors to provide the furnishing of all labor, materials, transportation, tools, equipment, supplies, supervision, coordination, insurance, and administration to provide Water Infrastructure Installation services to include both large and small Work Orders for Cannon AFB, NM (CAFB) facilities and roads on an occupied/unoccupied basis. This Sources Sought (SS) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with Government personnel other than those specified in this RFI by potential offerers or their employees' regarding this project is prohibited. This FedBizOpps notice is an announcement seeking market information on vendors capable of providing the services as described herein. 27 SOCONS is currently conducting market research to locate qualified, experienced, and interested potential sources. The information requested by this SS will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. For purposes of this SS, the North American Industry Classification System (NAICS) Code is 237110, Commercial and Institutional Building Construction, and the small business size standard is $36.5M Description of Services Install approximately 3,850 LF (1,173 LM) of 8" water distribution piping for a potable and non-potable water distribution infrastructure from the Permanent Exercise Complex (PEC) to the Range Support Complex (RSC) within the Northwest Development Area (NWDA) of Melrose Air Force Range (MAFR). Project will extend the fire suppression capabilities of the existing Fire Water Storage Tanks (FWSTs) by connecting and installing non­potable water distribution piping from the site of the existing FWSTs in the southern corner of the PEC to the RSC. The scope also includes the construction of a potable water treatment plant to serve the future occupants of the RSC. Primary facilities include: a potable water treatment plant within the RSC area sized for the construction end state (as identified in the 2012 Area Development Plan [ADP]), an appropriately sized potable water storage tank, all primary and secondary water piping, foundation sub-grade preparation, concrete foundations, non-potable water booster pump/house for fire protection, any required communication/controls system(s), all internal mechanical/electrical/plumbing systems, and all other necessary support systems. Supporting facilities include: site preparation, fire hydrants, and required force protection measures. This project will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01. Antiterrorism/force protection measures will be included in accordance with Unified Facilities Criteria (UFC) 4-010-01, Department of Defense (DoD) Minimum Antiterrorism Standards for Buildings dated 9 February 2012. If your firm is capable of providing the requirements described above, please provide a Capability Statement to: SrA James Salazar by June 8th, 2017@ 1600 MST. The Capability Statement should include general information and technical background describing your firm's experience in constructing similar efforts. Interested parties shall not submit more than 2 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Bonding capability (3) Small business status; (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; {b) Subcontractor (5) If you indicated your role as "Prime Contractor'' on Question 4, indicate the functions for which you plan to self perform as a percentage of the total and those which you intend to use as subcontractors; particularly for the electrical, plumbing and HVAC requirements.; (6) If you indicated your roll will be a "Subcontractor'' on Question 4, please indicate which functional areas you intend to cover; (7) Indicate if your company primarily does business in the commercial or Government sector (8) Indicate which NAICS code(s) your company usually performs under for Government contracts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-17-R-XXXX/listing.html)
- Place of Performance
- Address: Cannon AFB, Clovis, New Mexico, 88103, United States
- Zip Code: 88103
- Zip Code: 88103
- Record
- SN04513483-W 20170520/170518235059-55db3d6ffd985e5a9703c86c3ba9d520 (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 |