Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOURCES SOUGHT

Z -- Renovate B155 Vault

Notice Date
5/25/2023 3:17:03 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4855 27 SOCONS LGC CANNON AFB NM 88103-5321 USA
 
ZIP Code
88103-5321
 
Solicitation Number
CZQZ210037
 
Response Due
6/8/2023 10:00:00 AM
 
Point of Contact
SSgt Jaydin Perez, Phone: 575-784-4109, MSgt Kyle M. Thomas, Phone: 405-686-5810
 
E-Mail Address
jaydin.perez@us.af.mil, kyle.thomas.24@us.af.mil
(jaydin.perez@us.af.mil, kyle.thomas.24@us.af.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
1. The 27 Special Operations Contracting Squadron (27 SOCONS) is seeking information concerning the availability of capable contractors to provide non-personal services as follows: 2. Description of Services: The scope of work includes Vault Renovation at Cannon Air Force Base Building 155. Renovation to Building 155�s Vault to include adjustments to HVAC system, upgrades to the electrical infrastructure, reconfiguration of Open Storage Area rooms and office spaces, retrofitting existing briefing room to meet Sound Transmission Class 50 requirements, replacement of light fixtures, ceiling grid/tile, and addition of sound attenuation in Open Storage Areas as well as office locations. Project to include but not be limited to demolition and hauling, interior wall reconfigurations and interior finishes, installation of doors and hardware as well as upgrades to security and communication systems. All work will be done according to the most up-to-date UFC�s, AFI�s and local, state and federal building codes to result in a complete and useable facility. Sustainable principles, to include life cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with UFC 1-200-02. a. NAICS: 236220 � Commercial and Institutional Building Construction b. PSC: Z2AA � Repair or Alteration of Office Buildings c. S/B Size Standard in millions of dollars: $45.0 d. Estimated Magnitude of Construction: Between $1,000,000 and $5,000,000 3. This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with Government personnel other than those specified in this RFI by potential offerors or their employees� regarding this project is prohibited. 4. The Capability Statement should include general information, past performance and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is requested: a. Company Cage Code, UEID, name, address, point of contact, telephone number and email address. b. Bonding capability. c. Any small business status (8(a), HUB Zone, Disable and/or veteran-owned, womenowned, etc). d. Indicate your role as �Prime Contractor� and what functions for which you plan to selfperform as a percentage of the total and those which you intend to use subcontractors. e. If you indicated your roll will be a �Subcontractor� on Question 4, please indicate which functional areas you intend to cover. f. Indicate if your company primarily does business in the government and/or commercial sector. g. Indicate which NAICS code(s) your company usually performs under for government contracts. 5. For your business to be considered as a potential vendor for set aside purposes you must submit a Capability Statement as requested by this notice. Failure to do so may result in your business category not being considered as part of a decision by the government to set aside. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. 6. If your firm is capable of providing the requirements described above, please provide a Capability Statement to the contract administrator and contracting officer by the deadline indicated in this sources sought. IMPORTANT NOTICE: IAW DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. Contractors are required to implement NIST SP 800-171. At time of award, the awardee must be registered in the Supplier Performance Risk System (SPRS) at the time of award and have at least a Basic NIST SP 800-171 DoD Assessment that is not more than 3 years old.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8bc102fdf78e49de8a97c5b72458dd10/view)
 
Place of Performance
Address: Cannon AFB, NM, USA
Country: USA
 
Record
SN06695529-F 20230527/230525230119 (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  © 1994-2020, Loren Data Corp.