The RFP Database
New business relationships start here

Repair/Addition B1330


Idaho, 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 as part of the market research process. This notice is not to be construed as a commitment by the Government. This notice is for planning and information purposes only. The Government is under no obligation to pay for information submitted in response to this Sources Sought. All the information submitted will be considered and treated as public information. The vendor should not include any pricing or proprietary information. This is not a Request for Proposal or Quote; therefore, responses to this notice will not be accepted as offers.

The purpose of this Sources Sought is to gain knowledge of interest, capabilities, and qualifications of various business concerns that might be interested to compete. The type of solicitation issued will depend upon the responses received to this Sources Sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. If a solicitation is released, it will be synopsized on the FedBizOpps website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.


Description: The 366th Contracting Squadron at Mountain Home Force Base, Idaho, is seeking to identify potential sources qualified to perform the work listed below:
• Replace existing heating, ventilating, and air conditioning (HVAC) systems, equipment, and ductwork that serve the grit blasting area, clean entry locker and shower area.
• Provide new makeup air unit to provide clean air to the grit blast operations room.
• Reconfigure the vent on the existing dust collection system to discharge outside.
• Demolish existing paint mixing area and restrooms to provide for a circulation path to keep hazardous dust contained.
• Provide a new rated concrete masonry enclosure around the media blast booths.
• Construct approximately 11' x 32' addition.
• Reconfigure existing locker, bathroom, paint mixing area, and construct an addition. The reconfigured area is intended to improve the function and flow of the clean and dirty gowning operations. The addition will house a breakroom, administration area and a unisex restroom.
• New restroom layouts will comply with Architectural Barriers Act (ABA) requirements.
• Modify fire protection system in new and repaired areas and install new mass notification system and upgrade existing fire alarm system.
• Provide LED lighting in the repaired and new areas.
• Provide new showers, toilets, lavatories, and associated plumbing.
• The addition is being made to a historic building and will need to comply with the guidelines and standards associated with the National Register of Historic Places.
• Site work will include surface demolition of asphalt and concrete pavement necessary to construct the new addition, modifications to the sanitary sewer service, new concrete equipment pads to house new mechanical equipment, and surface restoration of all disturbed pavement surrounding the new addition.


All work shall be in strict compliance with the specifications of the contract and drawings.


This acquisition is anticipated to be a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this project is 236220 with a size standard of $36.5M. The contract will be a single award, Firm-Fixed-Price contract. Period of performance will be 365 calendar days. The project magnitude of this requirement is between $1,000,000.00 and $5,000,000.00.


 


 


INFORMATION AND INSTRUCTIONS:


366 Contracting Squadron is requesting all interested and qualified firms respond to this sources sought notice with the following information. Any information provided to the government as a result of this sources sought notice is voluntary and the Government will not pay for any information submitted. Respondents must include the following information within their statement of capability packages:


a. Company Information: your Company's name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov.


b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the summary of requirements outlined above. Please limit your relevant past performance to the past three years and include the Contract Number(s) or Customer/Company Name.


c. Bonding capacity per contract and aggregate.


d. Capability packages shall be one electronic copy. Capability package files should be in
MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one email. All packages should contain UNCLASSIFIED material only.


e. Capability packages must be received no later than 8:00 am (MST) on January 9, 2019. Oral communications ARE NOT acceptable in response to this notice.


f. Capability package responses shall be sent via email to feyna.li@us.af.mil or austin.breault@us.af.mil.


This sources sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and will be used solely for the purpose of market research. Please be advised that all submissions become Government property and will not be returned. Questions on this notice shall be submitted via email to Feyna Li, Contract Specialist, feyna.li@us.af.mil or Austin Breault, Contract Specialist, austin.breault@us.af.mil.


Feyna Jackie Li , Contract Specialist, Phone 2088283113, Email feyna.li@us.af.mil - Austin A. Breault, Phone 2088283128, Email austin.breault@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP