SOURCES SOUGHT
99 -- Renovate Suite H7 for CASE Facility
- Notice Date
- 1/30/2024 12:54:31 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875124R0005
- Response Due
- 2/14/2024 12:00:00 PM
- Archive Date
- 02/29/2024
- Point of Contact
- Brooke McDonald
- E-Mail Address
-
Brooke.McDonald@us.af.mil
(Brooke.McDonald@us.af.mil)
- Description
- The Air Force is seeking 8(a), HUBZone, Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB)�sources to renovate Suite H7 for CASE facility. The work includes hazardous material abatement, demolition, site work, general construction work, furnishings and equipment work, fire protection work, mechanical and HVAC work, electric work, fire alarm work, and incidental related work.� This is a large, highly specialized project and will likely require mastery and coordination of multiple subcontractors, including installation and integration of an anechoic chamber. Note that this Sources Sought Notice is for planning purposes only. The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. �� If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and the Contractor shall be required to comply. The solicitation will be conducted under NAICS code 236220 with an associated small business size standard of $45,000,000 average annual revenue.� No set-aside determination has been made. DESCRIPTION Capable sources are sought to renovate Suite H7 for CASE facility, Building 3 at the Air Force Research Laboratory, Rome Research Site, Rome, NY. The anticipated period of performance is 365 days. The contractor shall furnish all labor and materials required to renovate the suite including hazardous material abatement, demolition, site work, general construction work, furnishings and equipment work, fire protection work, mechanical and HVAC work, electric work, fire alarm work, and incidental related work. The contractor�s performance will be based on the Contracting Officer�s (CO) evaluation and Contracting Officer�s designated Representative (COR) The evaluation of results will be based on COR performance assessment, tenant satisfaction, and customer complaints.� Final results of the evaluations will be the determining factor for the success or failure of this contract. The contractor shall comply with applicable federal, regional, state, and local laws and commercial standards. The attached Specifications Volume 1 (ATTACHMENT 1), Specifications Volume 2 (ATTACHMENT 2) and Drawings (ATTACHMENT 3) provides further details for this requirement. The above description of work is for the purpose of general information only and is not intended to include and describe every feature of work or to define the scope of the work, nor be indicative of an absolute final requirement. �Interested offerors are encouraged to review the Specifications and Drawings and provide comments and/or questions. RESPONSE PROCEDURE All interested 8(a); HUBZone SB, SDVOSB, WOSB and SB concerns are invited to respond.� To be considered, responses must include the following: (1)�a positive statement of intent to submit a proposal for this solicitation as a prime contractor.� Include a description of how the Limitations on Subcontracting requirement would be met.� Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for; (2)�dated letter or certification, or registration in appropriate program repository, from the appropriate competent jurisdiction that evidences 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.); (3)� Evidence of successful performance within the past three (3) years of no more than five (5) contract efforts similar in magnitude and scope to the work described in this notice. Include such information as contract requirements, contract amounts, performance periods, and points of contact.� (4)� Description of prime contractor�s Safety and Quality Control methodologies.� This should be general and not exceed two (2) pages in length.� Ensure both Safety and Quality Control are addressed. All of the above�must be submitted in sufficient detail for a decision to be made on the�availability of interested 8(a), HUBZone, Woman-Owned (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) concerns.� Failure to submit all information requested would�result in a contractor being considered �not interested� in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Brooke McDonald, brooke.mcdonald@usuaf.mil, with an email copy to, �John Haberer, john.haberer@us.af.mil and Mr. Michael Graniero, Small Business Professional, michael.graniero@us.af.mil Point of Contact: Brooke McDonald Contract Specialist, Email: Brooke.McDonald@us.af.mil NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov. This Sources Sought Notice is not a Request for�Proposal (RFP).� No solicitation is being issued at this time.� This notice shall not be construed as a commitment by the Government to issue a�solicitation or ultimately award a contract, nor does it restrict the�Government to a particular acquisition approach.� Any information provided to the Government as a result of this�Sources Sought Notice is voluntary.� Responses will not be returned.� No�entitlement to payment of direct or indirect costs or charges by the�Government will arise as a result of contractor submission of responses or�the Government�s use of such information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e9714f04cd9443479da8f2758e71c50d/view)
- Place of Performance
- Address: Rome, NY 13441, USA
- Zip Code: 13441
- Country: USA
- Zip Code: 13441
- Record
- SN06950134-F 20240201/240130230047 (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 |