SOURCES SOUGHT
Y -- Renovation of Building 1407
- Notice Date
- 1/6/2023 1:34:33 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7MT USPFO ACTIVITY ALANG 187 MONTGOMERY AL 36108-4824 USA
- ZIP Code
- 36108-4824
- Solicitation Number
- PANNGB-23-P-0000-001109
- Response Due
- 1/24/2023 3:00:00 PM
- Point of Contact
- Mr. Stephen Shanks, Phone: 3343947529
- E-Mail Address
-
stephen.shanks.1@us.af.mil
(stephen.shanks.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PURPOSE OF THIS AMENDMENT IS TO CHANGE THE NAICS TO 236220.� ALL OTHER INFORMATION REMAINS THE SAME. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. � This Sources Sought Synopsis is in support of Market Research being conducted by the Alabama Air National Guard - Dannelly Field, Montgomery AL, to identify potential vendors for a competitive Small Business Set-Aside for construction with a Project Magnitude of $1,000,000 to $5,000,000. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract based on this market research. No funds are available at this time. The 187 Fighter Wing located at Dannelly Field, Montgomery, AL, is requesting information, pursuant to FAR PART 10, in support of Market Research, to identify potential sources for the renovation of Building 1407, F-16 Engine Shop, to convert its purpose to an Aerospace Ground Equipment maintenance facility. The proposed project includes the following: Complete renovation of the existing facility (Building 1407). Existing high-bay maintenance area will remain a maintenance area. The building plumbing, electrical, and mechanical systems will be modified and extended as required to support the new Air Ground Equipment (AGE) function intended to be housed in the renovated facility. A portion of the existing office area will be reconfigured to provide ADA compliance and facilitate the needs of AGE maintenance associated with F-35 airframe. Other portions of the existing office and ancillary work areas will remain in their current configuration and receive finish upgrade. Existing HVAC, lighting, and electrical systems will be removed and replaced with, energy efficient systems. A new UFC 3-600-01 compliant fire suppression system and new fire alarm/mass notification system will be provided. Existing roof covering will remain. A new single ply roof membrane system installation is included as a bid option. The existing structural systems consist of a structural steel roof framing system supported by a combination of load bearing CMU walls and structural steel framing. The slab is a ground supported floor slab. Major bearing components are supported on drilled piers where required based upon allowable soil loading. The existing structural systems will remain with only minor modifications to support new wall configurations and new openings in existing load bearing interior and exterior wall assemblies. Sitework will include, installation of new domestic water and fire water service, installation of new electrical and telecommunications service, cement concrete pavement patching and repair as required to support new utilities, installation of a new underground oil/water separator system, concrete pavement removal and replacement as required to install new wash rack with slope/elevations indicated on the drawings (Bid Option). The proposed North American Industry Classification Systems (NAICS) Code is 236220, which has a corresponding Size Standard of $45.0M. The Government is interested in only current small businesses. The government requests that interested parties respond to this notice with a capability statement not to exceed (NTE) two (2) pages and ensure your Unique Entity ID, CAGE Code and small business status is identified, per listed NAICS code.� Please include Bonding limits, single project, and aggregate, are included. Capability statements shall be electronically submitted via email only. No paper documents will be accepted or acknowledged. Please e-mail your response for this sources sought to: stephen.shanks.1@us.af.mil. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions or inquiries of information will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/133c72a799de4f6498c48e360ac70429/view)
- Place of Performance
- Address: Montgomery, AL 36108, USA
- Zip Code: 36108
- Country: USA
- Zip Code: 36108
- Record
- SN06558680-F 20230108/230106230103 (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 |