Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2021 SAM #7323
SOURCES SOUGHT

Y -- Construction of Main Gate Vehicle Inspection Facility

Notice Date
12/17/2021 8:04:04 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA6633 934 AW PK MINNEAPOLIS MN 55450-2100 USA
 
ZIP Code
55450-2100
 
Solicitation Number
QJKL-040088-934CONF220002
 
Response Due
1/4/2022 1:00:00 PM
 
Point of Contact
Karen Gillen, Phone: 6127131427, Chin Dahlquist, Phone: 6127131426
 
E-Mail Address
karen.gillen@us.af.mil, chin.dahlquist.1@us.af.mil
(karen.gillen@us.af.mil, chin.dahlquist.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Project Title: Main Gate Vehicle Inspection Facility, 934th Minneapolis Air Reserve Station, Minneapolis, Minnesota.� Project Number: QJKL-040088-934CONF220002 The United States Air Force (USAF), Air Force Test Center (AFTC) at the 934th Minneapolis Air Reserve Station, MN 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 for a Main Gate Vehicle Inspection Facility. 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. All interested vendors shall submit a response demonstrating their capability to construct a Main Gate Vehicle Inspection Facility. Alternate point of contact listed below. Proposals are not 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 236220 Commercial Building Construction, with a size standard of $39.5M. Work to be included in this project consists of: DESCRIPTION OF WORK: ��� �Contractor shall provide all supervision, labor, materials and equipment necessary to fully meet all requirements of the Statement of Work, Construction Specifications, Construction Drawings and all other Contract Documents related to and/or titled:� �Main Gate Vehicle Inspection Facility�, QJKL-040088-934CONF220002 at the Minneapolis Air Reserve Station, Minneapolis Minnesota. The purpose of this project is to provide a facility to inspect commercial vehicles to ensure no explosives or other damaging materials are present prior to the entering the base. Trades for this project include, but not limited to, Mechanical, Electrical, Structural, and Fire. � BACKGROUND: Currently, a vehicle inspection facility is not present at the entrance to the base and, as a result, all inspections are conducted outdoors. Outdoor weather conditions frequently prevent security forces personnel from conducting thorough inspections of commercial vehicles, which increases the potential danger to the base, in the event a hazardous device is overlooked. Outdoor inspections are conducted in a tight pullout lane that does not have a hard surface wide enough to inspect vehicles without forcing inspectors to walk on the surrounding grass. Concrete curbs are also frequently damaged by large semi-trucks due to the tight turning radius required. Magnitude of construction is between $1,000,000 and $5,000,000. 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. Note that a key factor in determining an acquisition to be a Small Business Set Aside, is that small business prime contractors must perform at least 15% for general construction and 25% for construction by special trade contractors as defined in FAR Clause 52.219-14. 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, but not limited to, architectural, structural, plumbing, mechanical, fire protection, electrical and civil engineering capabilities and that 236220 NAICS code is your company�s primary code. Respondents should provide at a minimum two (2) past projects where the main discipline was repair with some renovation as well as maintenance on existing mechanical and power systems. 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 addresses: karen.gillen@us.af.mil chin.dahlquist.1@us.af.mil All correspondence sent via email shall contain a subject line that reads QJKL-040088-934CONF220002, Main Gate Vehicle Inspection Facility. If this subject line is not included, the e-mail may not get through e-mail filters. 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 type files are included in your submittal. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) 04 JAN 2022. Direct all questions concerning this requirement in writing to the email addresses listed above. � All firms should be certified in the System for Award Management (SAM) located at https://www.sam.gov/ NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT NOTICE �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ae4dc3671b124c71aac764191202da94/view)
 
Place of Performance
Address: Minneapolis, MN 55450, USA
Zip Code: 55450
Country: USA
 
Record
SN06200652-F 20211219/211217230108 (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.