Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2020 SAM #6791
SOURCES SOUGHT

N -- B403 Replace DFAC Fridge/Freezer

Notice Date
7/1/2020 11:51:48 AM
 
Notice Type
Sources Sought
 
NAICS
23822 —
 
Contracting Office
FA4497 436 CONS LGC DOVER AFB DE 19902-5639 USA
 
ZIP Code
19902-5639
 
Solicitation Number
FA449720RB403
 
Response Due
7/10/2020 12:00:00 PM
 
Archive Date
07/25/2020
 
Point of Contact
Brittney Santiago, Phone: 3026775210, John P. Porter, Phone: 3026775545, Fax: 3026772907
 
E-Mail Address
brittney.santiago@us.af.mil, john.porter.23@us.af.mil
(brittney.santiago@us.af.mil, john.porter.23@us.af.mil)
 
Description
The 436th Contracting Squadron at Dover Air Force Base, DE is conducting this Sources Sought to inform interested firms of the potential future opportunity to remove and install fridge/freezer at Building 403. Additionally, this Sources Sought/Synopsis is to identify firms registered under North American Industry Classification System (NAICS) code 238220 � size standard $16.5 Million, who possess the capabilities to provide design-build construction services as specified below. If your firm is interested in this requirement and has performed similar projects of this scope and magnitude please provide the information requested below. The magnitude of the project is between $100,000 and $250,000. JOB DESCRIPTION: 1. Demo� Contractor shall remove the existing walk-ins, freezer #3 and cooler #1, #2, #4. Contractor shall recover and dispose of all freon from the walk-ins prior to starting demolition. See attachment #2 for walk-in diagram. Existing line sets for the walk-ins shall also be removed and replaced.� 2. Install New Walk-in Contractor shall provide and install new walk-ins to replace the demolished units. Units shall be pre-fabricated assemble in place 4�� thick panels. Finishes shall be as follows; Walls: Embossed galvalume, Floors: 1/8�� Aluminum diamond tread, Ceiling: Embossed galvalume, Exterior: Embossed galvalume, 14x14 vision window, Vapor proof LED fixtures, and a cam-rise hinge with a padlockable deadbolt handle. A ramp shall be provided on the interior of the door into the fridge/freezer. New evaporators and condensing units shall be provided and installed, units shall be sized to meet the following cooling requirements (freezer:-10F, Refrigerator 35F). As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request; therefore, proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. �All firms must be registered with the System for Award Management (SAM) in order to receive a future award. Registration information is available at http://www.sam.gov/ or telephone 1-866-606-8220. Submission Instructions: Interested parties should return responses to requested information listed below no later than 3:00 PM EDT on 10 July 2020 to Contract Specialist, Brittney Santiago via email at brittney.santiago@us.af.mil. Telephone and fax requests will not be honored. Your response must include the information requested below. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm�s qualifications and capabilities to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: Company Profile to include: � Company name and address; Affiliate information: parent company, joint venture partners, and potential teaming partners; Year the firm was established, average annual receipts, and number of employees; Total Bonding capacity/Bonding capacity per project; Two points of contact (names, titles, phone numbers and email addresses); DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/ Small Business designation/status (must correlate with SAM registration): _____ Small business������� ����������������������������������� _____� HUBZone � _____ 8(a)������������������������������������������������������������ _____ VOSB � _____ SDVOSB�������������������������� ����������������������� _____ WOSB ����������������� ����������� _____ SDB���������������������� ����������������������������������� ______ OTHER The 436th Contracting Squadron at Dover Air Force Base, DE is conducting this Sources Sought to inform interested firms of the potential future opportunity to remove and install fridge/freezer at Building 403. Additionally, this Sources Sought/Synopsis is to identify firms registered under North American Industry Classification System (NAICS) code 238220 � size standard $16.5 Million, who possess the capabilities to provide design-build construction services as specified below. If your firm is interested in this requirement and has performed similar projects of this scope and magnitude please provide the information requested below. The magnitude of the project is between $100,000 and $250,000. JOB DESCRIPTION:� Demo Contractor shall remove the existing walk-ins, freezer #3 and cooler #1, #2, #4. Contractor shall recover and dispose of all freon from the walk-ins prior to starting demolition. See attachment #2 for walk-in diagram. Existing line sets for the walk-ins shall also be removed and replaced.� � Install New Walk-in Contractor shall provide and install new walk-ins to replace the demolished units. Units shall be pre-fabricated assemble in place 4�� thick panels. Finishes shall be as follows; Walls: Embossed galvalume, Floors: 1/8�� Aluminum diamond tread, Ceiling: Embossed galvalume, Exterior: Embossed galvalume, 14x14 vision window, Vapor proof LED fixtures, and a cam-rise hinge with a padlockable deadbolt handle. A ramp shall be provided on the interior of the door into the fridge/freezer. New evaporators and condensing units shall be provided and installed, units shall be sized to meet the following cooling requirements (freezer:-10F, Refrigerator 35F). � As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request; therefore, proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought/Synopsis. �All firms must be registered with the System for Award Management (SAM) in order to receive a future award. Registration information is available at http://www.sam.gov/ or telephone 1-866-606-8220. Submission Instructions: Interested parties should return responses to requested information listed below no later than 3:00 PM EDT on 10 July 2020 to Contract Specialist, Brittney Santiago via email at brittney.santiago@us.af.mil. Telephone and fax requests will not be honored. Your response must include the information requested below. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm�s qualifications and capabilities to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: Company Profile to include: � Company name and address; Affiliate information: parent company, joint venture partners, and potential teaming partners; Year the firm was established, average annual receipts, and number of employees; Total Bonding capacity/Bonding capacity per project; Two points of contact (names, titles, phone numbers and email addresses); DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/ Small Business designation/status (must correlate with SAM registration): _____ Small business������� ����������������������������������� _____� HUBZone � _____ 8(a)������������������������������������������������������������ _____ VOSB � _____ SDVOSB�������������������������� ����������������������� _____ WOSB ����������������� ����������� _____ SDB���������������������� ����������������������������������� ______ OTHER
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d32e9c9ac0d84996a413ddd20fb1e13b/view)
 
Place of Performance
Address: Dover AFB, DE 19902, USA
Zip Code: 19902
Country: USA
 
Record
SN05710481-F 20200703/200701230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.