SOURCES SOUGHT
Z -- Repair Air Traffic Control Tower B6058
- Notice Date
- 4/8/2025 6:56:18 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W6QM MICC FT MCCOY (RC) FORT MCCOY WI 54656-5142 USA
- ZIP Code
- 54656-5142
- Solicitation Number
- W911SA25BA006
- Response Due
- 4/16/2025 7:00:00 AM
- Archive Date
- 04/30/2025
- Point of Contact
- Todd Dempsey, Phone: 5028981252, Vance Bickford, Phone: 5028986077
- E-Mail Address
-
todd.a.dempsey.civ@army.mil, vance.c.bickford.civ@army.mil
(todd.a.dempsey.civ@army.mil, vance.c.bickford.civ@army.mil)
- Awardee
- null
- Description
- This is a request for information notice only. This is not a request for proposals and no contract shall be awarded based on this notice. There is no bid package or solicitation document associated with this announcement. Response to this RFI is strictly voluntary and will not affect any companys ability to submit an offer if a solicitation is released. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Governments use of such information. Submittals will not be returned to the sender. Respondents to this RFI may be asked to provide additional information/details based on their initial submittals. The Mission and Installation Contracting Command, Fort McCoy, Wisconsin is conducting market research in order to determine the availability and capability of companies for the project listed below. MAGNITUDE: Between $5,000,000 and $10,000,000. SYNOPSIS: Repair Air Traffic Control Tower B6058 Fort McCoy, Wisconsin CLIN 0001: Repair the Air Traffic Control Tower at B6058 Fort McCoy, WI. To include Tower, Cab, mechanical, communications, electrical, access, of the multi floor tower facility. Provide, install and remove temporary control tower for use during repair of ATCT. Provide all related incidental work for complete, usable systems in compliance with Government provided Specifications and Drawings. Provide removal and proper disposal of existing infrastructure and equipment identified for removal/demolition. SUMMARY OF THE WORKA. GENERAL1. All construction debris shall be cleaned up daily.2. Secure all tools and equipment at end of each workday. B. REMOVAL WORK: Remove all items indicated on the drawings and in the specifications and dispose of off Fort McCoy at the Contractors expense including but not limited to: 1. Roofing, siding, walls, and windows2. Control tower cab3. Mechanical, telecommunications, and electrical systems4. Interior partitions and finishes as shown on plans5. Clearing and grubbing at temporary Control Tower location C. NEW WORK: Contractor shall provide all labor, equipment, materials, transportation, and supervision necessary to perform the work under this contract including but not limited to: 1. Roofing, siding, walls, and windows2. Mechanical, telecommunications, and electrical systems3. Control tower cab4. Interior partitions and finishes5. Temporary Control Tower D. REPAIR WORK: Contractor shall repair any damages caused by this construction, including but not limited to;1. Repair any existing construction which is damaged.2. Repair any landscaping including trees, shrubs, flowers, and grass.3. Repair vehicle ruts. Level the ruts, place topsoil, and seed the disturbed areas according to the specifications. Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the work. The type of solicitation issued will depend upon the responses to this sources sought. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. Mission and Installation Contracting Commands determination on how to complete the proposed requirement will be based on responses to this notice and is the sole discretion of the Contracting Officer. The U.S. Government desires to procure all projects on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. Any work to be performed will be done as firm fixed price within the North American Industry Classification System (NAICS) Code 236220, with a small business size standard of $45 Million for this project. Responses to this announcement must be received no later than 09:00 AM central time on 16 April 2025. Responses shall be e-mailed to todd.a.dempsey.civ@army.mil. Responses shall include the following:1) Solicitation Number in the subject line of the email 2) Company Name and Point of contact information to include name, e-mail, address, telephone, and fax numbers3) DUNS number4) Size of the business (small or large) and the socioeconomic status of the company (i.e. HUBZone, 8(a), etc.)5) A written narrative of the contractors capability to provide the requirements listed above to include examples of similar work performed in the past.6)Address specifically if your firm can meet the completion date based on the information given. Please do not call to state your interest, emails are printed and filed electronically to document interest in this project. Thank you.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5e1f87dd64d2458291eb0921f1817910/view)
- Record
- SN07401820-F 20250410/250408230056 (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 |