Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2025 SAM #8550
SOURCES SOUGHT

80 -- FBI Redstone Kinetic Cyber Range Streets Top Coating

Notice Date
4/22/2025 7:06:50 AM
 
Notice Type
Sources Sought
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
FBI - REDSTONE ARSENAL REDSTONE ARSENAL AL 35898 USA
 
ZIP Code
35898
 
Solicitation Number
15F06725Q0000231
 
Response Due
4/30/2025 2:00:00 PM
 
Archive Date
05/15/2025
 
Point of Contact
Lakeita Wilson
 
E-Mail Address
lrwilson3@fbi.gov
(lrwilson3@fbi.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION Kinetic Cyber Range Streets Top Coating 15F06725Q0000231 This acquisition is a competitive local small business set-aside limited to businesses within a 90-mile radius of FBI Redstone. Interested small business MUST have an office within a 90-mile radius of the FBI Redstone located at 4942 Fowler Road, Huntsville AL, 35808. This is a Sources Sought Notice/Request for Information for the purpose of conducting market research and obtaining industry information ONLY. Proposals are NOT being requested, nor accepted at this time. The purpose of this Sources Sought Notice / Request for Information is to obtain knowledge of interest, capabilities, and qualifications from qualified small business concerns. The FBI will use information obtained through this notice as well as other market research to develop an acquisition strategy. Based on the results of our market research, and interest demonstrated by responses to this notice, our goal is to award a contract to a single qualified small business concern. The North American Industry Classification System (NAICS) code 812930 (Parking Lots and Garages). The small business size standard will be 47 million average annual revenue for the previous three years. This contract will typically range in value from $50,000 to $100,000 The FBI is requesting that interested small businesses respond to this notice by furnishing the following information by Wednesday, April 30, 2025, by 4:00pm CST. Responses are limited to no more than three (3) pages and should be in Adobe Acrobat PDF or Microsoft Word format. (1) Company name, address, point of contact, telephone number, email address, and UEI Number, Top Secret Facilities Clearance Information. (2) Socio-economic Classification(s): 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Woman Owned Business, Large Business, or Small Business, etc. State your firm's socio-economic classification and what your average annual revenue has been over the past three (3) fiscal years. The size standard for NAICS 236220 is $39.5M and is calculated by averaging your firm's annual gross receipts over the past three (3) completed fiscal years. (3) Provide a general statement of your qualifications, capabilities, and ability to perform the required types of work described. (4) Demonstrate experience and technical competence in the execution of paving projects in the typical dollar value range of $50,000.00 to $100,000.00. (5) State the firm's number of years of experience executing contracts similar to parking lots and garage contracts. What metro locations, geographic areas, remote locations, and/or military installations have you performed projects on. Please include contract number(s), dollar value(s) and owner points of contact. (6) Brief description of at least two (2) paving services similar to that described above provided within the past five (5) years. Minimum information should include the following: contract number, total contract value, project location, period of performance, and a brief description of the services. Do not send photos at this time. Contracts/projects submitted must be similar in scope and dollar value to the work described in this sources sought. (7) Responders, including joint ventures, should demonstrate that they have the capacity to perform all aspects of the types of work described in this synopsis, either by their in-house capabilities or through their teaming/subcontractor's capabilities. Existing and potential joint ventures, mentor/protege, and teaming arrangements are acceptable and encouraged. (8) Provide your firm's bonding capacity for a single project and in aggregate. (9) Do you anticipate that your firm would have the ability to self-perform a minimum of 15% of this contract issued under this business model? Has your firm experienced difficulty in meeting contract requirements to self-perform 15% of the total contract requirements with your own staff in the past? If so, please provide explanation or commentary. This requirement is a piece of the Innovation Center building out of the Kinetic Cyber Range (KCR). A part of the general contractor�s scope was to provide a topcoat to the KCR streets. The FBI would like a topcoat placed on the current streets inside the KCR for an enhanced feel and realistic look. The topcoat would provide even look throughout the indoor space and blend the realistic appeal with the urban city look. The space is used daily for foot traffic and select vehicle movement for staging. PLEASE SUBMIT ALL RESPONSES TO THIS SOURCES SOUGHT TO LAKEITA WILSON AT LRWILSON3@FBI.GOV
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d9efd3d8a780408fb2c66307afc5c8ef/view)
 
Place of Performance
Address: Huntsville, AL 35808, USA
Zip Code: 35808
Country: USA
 
Record
SN07417922-F 20250424/250422230047 (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.