SOLICITATION NOTICE
Z -- RAF Lakenheath Commissary Freezer Upgrade - [DRAFT RFP] RAF Lakenheath Commissary Freezer Upgrade
- Notice Date
- 8/13/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, US Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270, United States
- ZIP Code
- 09461-0270
- Solicitation Number
- FA5587-18-R-0013
- Archive Date
- 9/30/2018
- Point of Contact
- SSgt Steven Piper, Phone: 447846131366, TSgt David E Miller,
- E-Mail Address
-
steven.piper.5@us.af.mil, david.miller.115@us.af.mil
(steven.piper.5@us.af.mil, david.miller.115@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 9_ Specifications_Lakenheath Commissary Attachment 8_ Drawings_Lakenheath Commissary Attachment 7_ AF IMT 3064 Progress Schedule Attachment 6- SF1413-Statement and Acknowledgment Attachment 5_Schedule Material Submittals (AF66) Attachment 4_ AF Form_3000 Material Approval Submittal Attachment 3_Past Performance Questionaire Attachment 2_Past Performance Infomation Sheet Attachment 1_Construction Price Breakdown [DRAFT] FA558718R0013 RAF Lakenheath Commissary Freezer Upgrade THIS IS A REQUEST FOR INFORMATION ONLY. In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2)(i) this notice is issued for the purpose of market research. Market research is being conducted to determine if there are potential business with the capabilities and experience to perform the required work. This notice is a request for information to provide data for planning purposes only and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the services Response to this request for information (RFI) is strictly voluntary and will not affect any business's ability to submit an offer should a solicitation be released. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This RFI constitutes a market research tool for the collection and analysis of information to determine capabilities and capacity of interested contractors. The Government is seeking to identify: qualified and experienced sources capable of performing the following project description: The U.S. Department of Air Force (USAF), on behalf of Defense Commissary Agency (DeCA), is seeking the services of a qualified business to replace failing refrigeration equipment with new CO2 refrigeration equipment at the RAF Lakenheath Commissary facility. The work involves construction services to replace the failing HVAC system and installing HVAC controls as needed. Additionally, Replace the existing RMCS control system, expand the Bakery/ Deli area to include an existing Pasta Bar, replace dairy doors and cart rail system, Remove an existing pizza oven and provide power for a government furnished/government installed (GF/GI) pizza oven. Commissary operations remain in complete and full operation during the contract duration. Construction shall be accomplished through a multi-phased approach allowing the building to remain occupied during the project. The following 3 bid options are including: a. Bid Option 1 will be the removal of the existing lighting fixtures in the chill and freezer walk-in rooms and replace with new LED lighting fixtures. b. Bid Option 2 will be the removal of the existing suspended acoustical ceiling in the Deli Service area and replace with a new suspended acoustical ceiling. c. Bid Option 3 will be the complete duct cleaning service of the entire AHU-2 system. Estimated duration of the project is 300 calendar days In accordance with DFARs 236, the estimated construction price range for this project is between $5,000,000 and $10,000,000 Firm's response to this notice shall be limited to 10 single-sided pages, 11 point font, Times New Roman or Calibri, and shall include the following information: 1. Firm's level of interest in bidding on the solicitation when it is issued. 2. Firm's capability to perform a contract of this magnitude and complexity. 3. Does your Company have experience preforming contracts with the USAF or the U.S. Government? If so, where there any issue(s) that could be avoided? 4. Does your Company find the estimated Contract Completion date reasonable to perform work described? 5. Does your Company foresee any special requirements for preparation of the faculty that would need to be in place before performance of work? 6. Is your Company capable of Bonding Capacity/Capabilities required on the Draft RFP? Additionally, any concerns or issues that would be notable before official solicitation that would be pertinent to include. ALL RESPONSES SHALL INCLUDE THE FOLLOWING Contractor Information Contractor Firm Name: Duns: CAGE Code: Address: Name of POC for the offeror: Phone Number for the POC: Email of the POC: Bonding Capacity/Capabilities Surety Name: Maximum bonding capacity per project: Aggregate maximum bonding capacity: WHO MAY RESPOND Interest in this Request for Information announcement is open ALL contractors, relative to the primary NAICS code 236220. Following review of the responses to this notice, and if the Government still plans to proceed with an acquisition, the Government will develop an acquisition strategy and determine whether to solicit for this project. All interested business shall be registered via the System for Award Management (SAM) internet site at http://www.sam.gov to be considered for award of any eventual contract. SUBMISSION REQUIREMENTS All interested shall submit your capabilities statement/information via email only to steven.piper.5@us.af.mil and include the notice number in the subject line. Please do not send hard copies. Responses are due no later than 2:00 PM BST on DATE, August 31, 2018. Oral communications, telecommunication, or faxed inquiries are NOT acceptable as a response to this notice. Only e-mail responses are welcome. THIS IS A REQUEST FOR INFORMATION NOTICE, PROPOSALS WILL NOT BE ACCEPTED IN RESPONSE TO THIS REQUEST. Place of Performance: Lakenheath Commissary RICHMOND ROAD, RAF Lakenheath, Brandon, Suffolk, IP27 9PN United Kingdom Primary Point of Contact: SSgt Steven Piper steven.piper.5@us.af.mil Phone: 01638 52 2087 Alternate Point of Contact : TSgt David E. Miller david.miller.115@us.af.mil Phone: 01638 52 5602
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f6ce5b496f9b5151849c86f096a140f0)
- Place of Performance
- Address: Lakenheath Commissary, RICHMOND ROAD, RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom, Non-U.S., United Kingdom
- Record
- SN05034353-W 20180815/180813231342-f6ce5b496f9b5151849c86f096a140f0 (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 |