Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
SOURCES SOUGHT

Z -- Repair Squadron Operations Facility, Bldg 709

Notice Date
9/5/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-19-R-0001
 
Point of Contact
Lisa B. Mitchell, Phone: 8439635179, Robert Melton, Phone: 843-963-5173
 
E-Mail Address
lisa.mitchell.11@us.af.mil, robert.melton.6@us.af.mil
(lisa.mitchell.11@us.af.mil, robert.melton.6@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: Repair Squadron Operations Facility, Bldg 709, Joint Base Charleston, South Carolina Solicitation Number: FA4418-19-R-0001 The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages of potential sources to complete renovation of Bldg 709 to accommodate personnel, Joint Base Charleston, South Carolina. This sources sought is for planning purposes only. The scope of this project consists of furnishing all plant, labor, materials, equipment, supplies, and supervision necessary to complete Project No. 1053939, Repair Squadron Ops Facility, Bldg 709. The project consists of renovation of the first floor (19,068 SF) of a two-story building that was originally constructed in 2002. Note: Personnel will remain in Building 709 during construction activities on the first floor. Renovation includes but is not limited to: Reconfigure interior construction to fit floor plan, repair interior finishes damaged by construction reconfiguration, remove wallpaper, paint and patch, replace carpet and update flooring, upgrade plumbing to include new fixtures, repair/replace HVAC components to include new controls and VAV boxes, update electrical system, update fire suppression system, exterior louvers for new mechanical system, meet ATFP standards, add windows on the first floor flight line side similar to window layout on second floor, demolish the roll-up door and add cubicles on perimeter with computer outlets, and update first floor restroom and fixtures. SPECIAL REQUIREMENTS/CONCERNS: Contract type will be Firm-Fixed Price. Capabilities are sought from Small, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining if this requirement can be set-aside. Dollar magnitude for this contract is between $1,000,000 - $5,000,000. The anticipated performance time is 330 days. The NAICS Code assigned to this acquisition is 236220 (Commercial and Institutional Building Construction) with a Size Standard of $36.5M. NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status/statuses (SB, 8(a), SDVOSB or HUBZone). 8(a), SDVOSB, and HUBZone firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the three categories, this requirement may be set aside. Should an insufficient number of responses be received in the three categories, the requirement may be issued as unrestricted. Interested 8(a), SDVOSB, and HUBZone concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 20 Sep 2018. 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. All interested Prime contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 3:00 p.m. EST on 20 Sep 2018: AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under the applicable NAICS codes (SB, 8(a), SDVOSB or HUBZone) (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Evidence of recent (within the last five years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles 3. Dollar amounts 4. Percent and description of work self-performed 5. Customer points of contacts with current telephone numbers (d) Evidence of bonding capability of a minimum of $8,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested concerns. If adequate interest is not received from SB, 8(a), SDVOSB or HUBZone concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror. NOTES: (1) The solicitation, SOW and drawings will be available at the Federal Business Opportunities website, www.fbo.gov, on or about 2 Oct 2018. (2) Hard copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this sources sought. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. (6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. Contracting Office Mailing Address: 628 CONS/PKB ATTN: Lisa (Brooke) Mitchell 101 E. Hill Blvd. Joint Base Charleston, SC 29404-5021 Primary Point of Contact: Lisa (Brooke) Mitchell, Contracting Specialist, Phone 843-963-5179, Fax 843-963-2829, e-mail: lisa.mitchell.11@us.af.mil Alternate Point of Contact: Robert (Rob) Melton, Contracting Officer, Phone 843-963-5173, Fax 843-963-2829, e-mail: robert.melton.5@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-19-R-0001/listing.html)
 
Place of Performance
Address: Joint Base Charleston - Air Base, North Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN05073503-W 20180907/180905231255-b755cfcbdbf00051c5d48ae72829b08b (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.