Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2024 SAM #8088
SOURCES SOUGHT

C -- A&E Services - 181IW - Installation Front Gate

Notice Date
1/17/2024 1:03:05 PM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
W7M7 USPFO ACTIVITY INANG 181 TERRE HAUTE IN 47803-5027 USA
 
ZIP Code
47803-5027
 
Solicitation Number
W50S7V-24-B-0001
 
Response Due
2/2/2024 10:30:00 AM
 
Archive Date
02/17/2024
 
Point of Contact
Jacob Johnson, Phone: 8128775243, Travis Kraick, Phone: 2604783379
 
E-Mail Address
Jacob.johnson.46@us.af.mil, travis.kraick@us.af.mil
(Jacob.johnson.46@us.af.mil, travis.kraick@us.af.mil)
 
Description
THIS IS NOT A SOLICITATION, INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ), OR A REQUEST FOR PROPOSAL (RFP). The goal of this sources sought is to gain knowledge of potential sources for this project including interested Small Business sources. This notice is for planning purposes only. All interested parties should respond. Terre Haute Air National Guard Base, 181 Intelligence Wing located at�900 S. Petercheff Street Terre Haute, IN 47803�intends to issue a solicitation and award of a contract to perform Type A and Type B Design services for the �Intallation Front Gate�. The purpose of this requirement is to design a�new Installation Access Control Point (IACP) and its supporting infrastructure and footprint for the 181st Intelligence Wing at Terre Haute Air National Guard Base (ANGB). It will provide the installation with an entry control point with a gatehouse consisting of 300 square feet, overhead protection for ID Check at the gatehouse of 600 square feet, and a vehicle inspection area with overhead protection of 1,200 square feet. Design considerations must be compliant with applicable Unified Facilities Criteria (UFC) and the Air National Guard Handbook (ANGH) 32-1084 template. Subject project shall also be designed in accordance with Sustainable Design, Development and Resource Conservation Requirements for ANG Category of Work, Vertical Construction, with a sustainable design goal of ANG Silver Certifiable. Work done to building support systems will require functionality tests, operation and maintenance training, and commissioning. The facility design shall be based on the government prepared concept to include providing drawings such as building floor plans and elevations. All interested concerns will provide this office, in writing via a single PDF, a notice stating their positive intent to submit a capability statement as a prime contractor no later than 2 Feb 2024 at 1:30PM EST. CAPABILITY STATEMENT TO SHOW INTEREST AND INTENT: Respondents interested in performing the proposed project as a prime contractor should submit a capability statement for consideration that include the following (in A through G): A.�Offeror�s name, address, points of contact with telephone numbers and e-mail addresses. B. UEI and CAGE Code C. Socio-econoic status under NAICS Code: 541310 D.�A Statement of Capability (SOC) stating your skills, experience, and knowledge to perform the specified type of work as described above. This SOC should be brief description of your company�s capability. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel.� E.�Indicate whether your company will perform the work directly or intends to subcontract the work. If subcontracting, identify the percentage of work to be subcontracted. Identify the percentage of work your firm may be capable of directly performing.� F. Please indicate whether your firm will submit an offer for this project.� G. Any other information that would assist in determining your company's capability in performing the described work. Information shall be provided via emails to both: jacob.johnson.46@us.af.mil & sheri.r.herrin.civ@army.mil. Include the following in the subject line ""Sources Sought - W50S7V-24-B-0001 -�Company Name"". DO NOT SUBMIT PROPIETARY INFORMATION AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPOSNES TO THIS SOURCES SOUGHT. As a reminder, this Sources Sought announcement notice should not be construed in any manner to be an obligation to issue a contract or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the SAM website https://sam.gov. Interested parties are solely responsible for monitoring SAM.gov for the release of a solicitation package and/or any updates/amendments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/be255ae6b50c47cda35292caf0d3111d/view)
 
Place of Performance
Address: Terre Haute, IN 47803, USA
Zip Code: 47803
Country: USA
 
Record
SN06937652-F 20240119/240117230045 (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.