SOURCES SOUGHT
99 -- SOURCES SOUGHT - AE DESIGN SERVICES - HANGAR DESIGN
- Notice Date
- 3/3/2025 7:38:26 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W7N8 USPFO ACTIVITY WIANG CRTC CAMP DOUGLAS WI 54618-5001 USA
- ZIP Code
- 54618-5001
- Solicitation Number
- W50S9H-SS0001
- Response Due
- 3/10/2025 11:00:00 AM
- Archive Date
- 03/25/2025
- Point of Contact
- Seth I. Swieter
- E-Mail Address
-
seth.swieter@us.af.mil
(seth.swieter@us.af.mil)
- Description
- This is a Sources Sought Notice. This is a Sources Sought Notice and should not be construed as a solicitation announcement. The Government is seeking responses to this Sources Sought Notice from all interested Small Businesses capable of providing the requirement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Volk Field Air National Guard Base � Camp Douglas, Wisconsin to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. Volk Field ANGB is seeking preliminary market research information from capable and reliable sources to gain knowledge of potential qualified small business sources capable of Architecture and Engineering design services for 5th Generation Fighter Aircraft Maintenance Hangar & Maintenance Shops The objective is to design a high-bay 5th Generation Aircraft maintenance hangar and associated maintenance shops using conventional design and construction methods. The facility must be permanent, adhering to DoD Unified Facilities Criteria (UFC) 1-200-01 (General Building Requirements) and UFC 1-200-02 (High Performance and Sustainable Building Requirements). It should meet applicable DoD, Air Force, and base design standards, while also complying with DoD antiterrorism/force protection requirements. Special Construction Requirements: Reinforced concrete foundation on a deep foundation system. Water storage tank and pump house for fire suppression system. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is NOT seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it may be synopsized on the System Award Management (SAM) https://www.sam.gov. It is the responsibility of potential offerors to monitor the System Award Management (SAM) for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 541330-Engineering Services, with a Small Business size standard of $25.5M. Responses to this Sources Sought Notice shall be e-mailed to Seth I. Swieter, Contracting Officer, at seth.swieter@us.af.mil, no later than 10 March 2025 at 1:00 p.m. Central Standard Time. In response to this sources sought, please provide: 1. SOURCES SOUGHT RESPONSE FORM filled out and completed in its entirety. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. The capability packages for this source sought are not a proposal, but rather statements regarding the company�s existing experience in relation to the areas specified above. No solicitation mailing list will be compiled. No phone calls will be accepted. Capability packages shall not exceed five (5) pages.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3178c20adec44f10b34239c4dd25c679/view)
- Place of Performance
- Address: Camp Douglas, WI 54618, USA
- Zip Code: 54618
- Country: USA
- Zip Code: 54618
- Record
- SN07359562-F 20250305/250303230045 (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 |