The RFP Database
New business relationships start here

Add/Repair Squad Ops GFAFB


North Dakota, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a firm-fixed price contract with a potential for a competitive 100% set aside for 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Women-Owned or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals interested in providing proposals for construction work at Grand Forks AFB, North Dakota, in accordance with the below description. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS.

DESCRIPTION OF REQUIREMENT


• Repair exterior closure, sound proofing, secure communicatioTHIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a firm-fixed price contract with a potential for a competitive 100% set aside for 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Women-Owned or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals interested in providing proposals for construction work at Grand Forks AFB, North Dakota, in accordance with the below description. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS.


DESCRIPTION OF REQUIREMENT


• Repair exterior closure, sound proofing, secure communications, and other facility components for existing 40,460 square foot, two-story, building located at Grand Forks AFB, ND.
• Provide conduit and power to support computer, communications, and security alarm connectivity throughout the building.
• Construct kitchen and break areas, fitness areas with bathrooms, showers, locker rooms, and repair/replace plumbing and hot water systems.
• Repair and reconfigure building areas to include installation of raised flooring.
• Repair/replace HVAC systems including major system components and provide redundant systems for mission critical areas.
• Repair/replace electric systems to support the revised configuration and functions building-wide.
• Construct/install emergency generator with auto-transfer to provide redundant back-up power.


Work to be performed will be within the North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction and the small business standard of $36.5M.


The magnitude of this project is estimated at more than $10,000,000 per FAR 36.204


If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to Ms. Ellen Reed and SrA Stephen Platt by fax to (701) 747-4215, or email to Ellen.Reed@us.af.mil and stephen.platt.2@us.af.mil, not later than 3:00 PM CDT, 03 Jan 2018. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (701)747-5281 or (701)747-3903 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government.


Request interested firms respond to this notice and include the following in their Capability Statement:


(a) Firm's INFORMATION [name, address, phone number, CAGE Code];


(b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor];


(b) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.];


(d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant experience with a primary focus on firm-fixed type contracts that are recent (within the last three fiscal years), performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)];


(e) INDUSTRY STANDARDS [Interested contractors must demonstrate a history of relevant experience with industry standards for this type of project.]


(f) PERCENT OF WORK the firm can commit to accomplishing the referenced project with in-house (not subcontracted) labor.


Interested contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages.


The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, Women-Owned or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, it will be posted on this website.


This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs.


 


s, and other facility components for existing 40,460 square foot, two-story, building located at Grand Forks AFB, ND.
• Provide conduit and power to support computer, communications, and security alarm connectivity throughout the building.
• Construct kitchen and break areas, fitness areas with bathrooms, showers, locker rooms, and repair/replace plumbing and hot water systems.
• Repair and reconfigure building areas to include installation of raised flooring.
• Repair/replace HVAC systems including major system components and provide redundant systems for mission critical areas.
• Repair/replace electric systems to support the revised configuration and functions building-wide.
• Construct/install emergency generator with auto-transfer to provide redundant back-up power.


Work to be performed will be within the North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction and the small business standard of $36.5M.


If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to Ms. Ellen Reed and SrA Stephen Platt by fax to (701) 747-4215, or email to Ellen.Reed@us.af.mil and stephen.platt.2@us.af.mil, not later than 3:00 PM CDT, 03 Jan 2018. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (701)747-5281 or (701)747-3903 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government.


Request interested firms respond to this notice and include the following in their Capability Statement:


(a) Firm's INFORMATION [name, address, phone number, CAGE Code];


(b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor];


(b) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.];


(d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant experience with a primary focus on firm-fixed type contracts that are recent (within the last three fiscal years), performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)];


(e) INDUSTRY STANDARDS [Interested contractors must demonstrate a history of relevant experience with industry standards for this type of project.]


(f) PERCENT OF WORK the firm can commit to accomplishing the referenced project with in-house (not subcontracted) labor.


Interested contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages.


The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, Women-Owned or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, it will be posted on this website.


This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs.


 


Stephen T. Platt, Phone 7017473903, Email stephen.platt.2@us.af.mil - Ellen Reed, Contract Specialist, Phone 7017475284, Email ellen.reed@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP