The RFP Database
New business relationships start here

Repair Maintenance Facility BLDG 536


South Carolina, 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 NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL

This notice is posted in accordance with FAR 5.2 and 36.213-2


Project: DKFX 08-10304, Repair Maintenance Facility B 536 - Joint Base Charleston - Air Base, North Charleston, SC.


Solicitation Number: FA4418-19-R-A003


The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages from potential sources for the Repair Maintenance Facility Building 536 at Joint Base Charleston, Air Base North Charleston, South Carolina.


This sources sought is for planning purposes only. The work to be performed under project number DKFX 08-10304, consists of repairing / replacing HVAC units, distribution systems, and associated piping and drains. Architectural and structural work includes providing necessary work to support the HVAC system. All existing ceilings will be demolished and new ceilings will be installed where impacted by HVAC system replacement. New ceilings will meet all seismic code requirements.


SPECIAL REQUIREMENTS/CONCERNS: Contract type will be Firm-Fixed Price. Capabilities are sought from Small Businesses, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining if this requirement can be set-aside.


Dollar magnitude for this contract is between $1,000,000 and $5,000,000. The anticipated performance time is 590 days. The NAICS Code assigned to this acquisition is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a Size Standard of $15.0M


THIS IS NOT A REEQUEST FOR A PROPOSAL OR INVIATION FOR BID.


NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS.


Firms responding shall indicate their size in relation to the NAICS size standard stated above, and indicate socio-economic status/statuses (SB, 8(a), SDVOSB, WOSB, or HUBZone). 8(a), SDVOSB, WOSB, and HUBZone firms will be sought first. If a response from two or more qualified firms are received for any of the categories, then this requirement may be set aside. All interested 8(a), SDVOSB, WOSB and HUBZone prime contractors should indicate interest by submitting a capabilities package to the point of contact listed below, no later than 3:00 p.m. EST on 21 Dec 2018.


NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees.


All interested prime contractors who intend to submit a proposal for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 3:00 p.m. EST on 21 Dec 2018.


AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:
(a) Indicate which set-aside(s) you qualify for under the applicable NAICS codes (SB, 8(a), SDVOSB, HUBZone, WOSB or EDWOSB).
(b) A positive statement of your intention to submit a proposal on this contract as a prime contractor. Due to the governments current finanical situation this project will not be awarded until funds are made available. Please include how this will impact your interest and pricing should you be asked to hold pricing until 30 Nov 19?
(c) Evidence of recent (within the last three years) experience in work similar in type and scope to include:
1. Contract numbers
2. Project titles
3. Dollar amounts
4. Percent and description of work self-performed
5. Customer points of contacts with current telephone numbers.
(d) Evidence of bonding capability of a minimum of $5,000,000.00
All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested concerns. If adequate interest is not received from 8(a), SDVOSB, HUB Zone, WOSB, or SB concerns, the solicitation may be issued as unrestricted without further notice.
NOTES:


(1) The solicitation, SOW and drawings will be available on the website on or about 7 Jan 2019, at the www.fbo.gov website.


(2) Hard copies of the solicitation will NOT be provided. However, you may download and print the file from the website.


(3) There is no fee for this sources sought.


(4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation.


(5) Contractors that are debarred, suspended, or proposed for debarment are excluded from receiving contracts and from performing as subcontracotrs. Proposals prepared by debarred, suspended, or otherwise ineligible contractors are at the risk and expense of the contractor.


(6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has an unpaid tax liability or a felony conviction under Federal Law within the preceding 24 months.


(7) All prospective contractors must be registered in the System for Award Management (SAM) www.sam.gov in order to be eligible for award.


(8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website www.fbo.gov frequently for any updates and/or amendments to all documents.


Contracting Office Mailing Address:
628 CONS/PKB
ATTN: Carolyn Hill
101 E. Hill Blvd.
Joint Base Charleston, SC 29404-5021


Original Point of Contact
Carolyn Hill, Contract Specialist, Phone (843) 963-5177, FAX (843) 963-2829, e-mail: carolyn.hill.1@us.af.mil. Alternate point of contact: TSgt Jonathan Bell, Contracting Officer, Phone (843) 963-4478, Fax (843)963-2829, e-mail: jonathan.bell.5@us.af.mil
Place of Performance
Address: Joint Base Charleston - Air Base, North Charleston, SC
Postal Code: 29404
Country: USA




Carolyn D. Hill , Contract Specialist , Phone 843-963-5177, Email carolyn.hill.1@us.af.mil - Jonathan T. Bell, Contracting Officer, Phone 843-963-4478, Email jonathan.bell.5@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP