The RFP Database
New business relationships start here

B1020 Repair Tech Training, Sheppard Air Force Base


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

SOURCES SOUGHT SYNOPSIS
For
B1020 Repair Tech Training, Sheppard Air Force Base


This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request.

The U.S. Army Corps of Engineers - Tulsa has been tasked to solicit for and award a contract for repair of B1020, SAFB. Proposed project will be a competitive, firm-fixed price, design/bid/build, contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate.

The Government is seeking qualified, experienced sources capable of performing: Replace HVAC system components including 200-ton north cooling tower, twelve (12) air-handling units (AHUs), 180-ton chiller, heating boiler, water lines, and supports. Upgrade existing controls to direct digital controls and integrate to the front end on the VLAN (Virtual Area Local Network). Replace electrical grounding, exterior Transite siding, and selected interior finishes. Replace selected exterior personnel and roll up doors and stairwells. Replace plumbing fixtures, domestic water lines, and sanitary sewer lines. Replace electrical service and distribution network to include lighting and branch circuits. Replace fire protection system with system that meets Base criteria. Replace select floorings throughout facility.


In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $10,000,000 and $25,000,000


The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5M.

Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm.

Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration.

Prior Government contract work is not required for submitting a response to this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.

Anticipated solicitation issuance date is on or about October 2019. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued.

Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information:

1. Firm's name, address, point of contact, phone number, and e-mail address.
2. Firm's interest in bidding on the solicitation when it is issued.
3. Firm's capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm's capability to execute construction- comparable work performed within the past 5 years):
Brief description of the project, customer name, timeliness of performance, and dollar value of the project) - provide at least 3 examples.
4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.
6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable
7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company

Interested Firm's shall respond to this Sources Sought Synopsis no later than 26 July, 2019 no later than 2:00PM CST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Christopher Wright, christopher.t.wright@usace.army.mil.


Christopher T. Wright, Contract Specialist, Phone 9186697277, Email christopher.t.wright@usace.army.mil - Brian Hutchison, Contracting Officer, Phone 9186697426, Email brian.c.hutchison@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP