Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2021 SAM #7110
SOURCES SOUGHT

99 -- Eglin AFB - Install Humidity Control FMS Pods at Bldg 1416

Notice Date
5/18/2021 10:11:00 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA282321R0027
 
Response Due
6/2/2021 11:00:00 AM
 
Archive Date
06/17/2021
 
Point of Contact
Kangsu Suh, Zachary Schultz
 
E-Mail Address
kangsu.suh.1@us.af.mil, zachary.schultz.7@us.af.mil
(kangsu.suh.1@us.af.mil, zachary.schultz.7@us.af.mil)
 
Description
SOURCES SOUGHT NOTICE 18 May 2021 Project Title: Install Humidity Control FMS Pods Building 1416 Project Number: FTFA 18-AS14 The United States Air Force (USAF), Air Force Test Center (AFTC) at Eglin AFB, FL is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman- Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing construction services to Install Humidity Control FMS Pods at Eglin AFB FL. All interested vendors shall submit a response demonstrating their capability to renovate/repair/construct real property to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government�s discretion. The NAICS Code assigned to this acquisition is 238210 Electrical Contractors and Other Wiring Installation Contractors, with a size standard of 16.5M. Statement of Magnitude between $500,000 - $1,000,000. The description is as follows: The intent of this project is to provide humidification to each of the ten (10) FMS pods in order to maintain the proper conditions. The humidity in each of the pods shall be maintained between 65 deg � 71 deg and 40% - 60% at all times. Modifications to the heating, ventilation and air conditioning system (HVAC) shall be in accordance with F-35 Lightning II Facilities Requirements Document, Section 4: Training Facility Requirements. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).� Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set- aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set- aside decision has been made. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government�s assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement by providing past performance documentation specifically related to installing humidity/temperature control systems and that 238210 NAICS code is your company�s primary code. Respondents should provide at a minimum two (2) past projects where the main discipline was providing humidity/temperature control. The government is seeking contractors whose primary focus is control system (e.g. environmental, humidity, temperature) installation. Specifically, the government is seeking contractors whose primary NAICS is 238210. Responses must not exceed 15 pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses shall be submitted electronically to the following e-mail address: kangsu.suh.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads FTFA 18-AS14, Install Humidity Control FMS Pods. If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 1:00 P.M. (CST) Wednesday, 02 June 2021. Direct all questions concerning this requirement to Kangsu Suh at Kangsu.suh.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1151ad353c2c4ba5be6f73cb4de654bf/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06006317-F 20210520/210518230121 (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.