Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2020 SAM #6813
SOURCES SOUGHT

Z -- Image Upgrade DFAC BLDG 110, HAAF

Notice Date
7/23/2020 9:27:36 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W6QM MICC-FT STEWART FORT STEWART GA 31314-3324 USA
 
ZIP Code
31314-3324
 
Solicitation Number
S1-16-9J
 
Response Due
7/29/2020 12:00:00 PM
 
Archive Date
08/13/2020
 
Point of Contact
Sheung Li, Phone: 9127677846, Mary L. Hightower, Phone: 9127678472
 
E-Mail Address
sheung.c.li.civ@mail.mil, mary.l.hightower2.civ@mail.mil
(sheung.c.li.civ@mail.mil, mary.l.hightower2.civ@mail.mil)
 
Description
This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. Any written responses to this source sought shall be used S1-16-9J on the subject line. The Mission Installation Contracting Command � Fort Stewart is conducting research to determine the market capabilities of potential contractors to renovate a dining facility on Hunter Army Air Field (HAAF), GA. The scope of work consists of furnishing all plant, labor, materials and performing all operations required in connection with the removal/relocation of all existing equipment and furnishings from the Field Feeding Storage Room, Pots and Pans Room, Serving Area, Ice Room, Carry-Out Kitchen and Storage Area, Dining Area, Private Dining Area and Entry Vestibules. The work also includes the demolition of all floor and ceiling finishes from these areas, as well as most of the existing plumbing, mechanical and electrical systems. Some walls will be demolished in these areas. �New plumbing (water, gas and sanitary), mechanical (ductwork, equipment and controls), fire suppression, electrical (power, lighting, mass notification and communications) will be installed throughout the above renovated area. The work also includes the demolition and replacement of plumbing fixtures, toilet partitions, lights and some accessories in the (2) existing Men�s and (2) existing Women�s Restrooms. There will also be some selective upgrades to the Plumbing, Mechanical and Electrical systems in the main Kitchen.� Exterior work consists of the demolition and installation of new rooftop mechanical equipment, the demolition of concrete loading dock stairs that will be replaced with a new concrete service ramp and the construction of concrete slabs for mechanical equipment and a freezer/cooler unit.� Coordination with food service equipment contractor is necessary for a successful project. The magnitude of construction for this project will be between $1,000,000 and $5,000,000. All interested firms with an approved NAICS code 236220 have until 29 July 2020 3:00 PM EST to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, and Woman-Owned Business. Any supporting documentation that confirms your socio-economic status should be provided, e.g., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - both single and aggregate capacity contracts - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically to Sheung Li sheung.c.li.civ@mail.mil and Mary Hightower Mary.l.hightower2.civ@mail.mil. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy. RESPONSES ARE DUE NO LATER THAN 29 July 3:00 PM EST.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c16a5507bbb54c28bbe6612f1f065e4a/view)
 
Place of Performance
Address: Fort Stewart, GA 31314, USA
Zip Code: 31314
Country: USA
 
Record
SN05732242-F 20200725/200723230154 (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.