Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2007 FBO #2021
SOURCES SOUGHT

56 -- Sources Sought- Roofing Requirement-Tinker AFB, OK

Notice Date
6/7/2007
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB OC-ALC - (72d Contracting Sq), 72 CONS 7858 5th Street Ste 1, Tinker AFB, OK, 73145-9106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-R-2007-PLN
 
Response Due
6/19/2007
 
Archive Date
7/4/2007
 
Small Business Set-Aside
8a Competitive
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. In preparation for a future procurement, the 72nd Contracting Squadron at Tinker AFB, Oklahoma is performing "market research" to determine potential small businesses (including small businesses, 8 (a) firms, HUB Zones, and Native American Affairs) in the South Central Region (VI) that can perform roofing construction at Tinker AFB. Project includes the removal and replacement of roof systems, including architectural sheet metal, asphalt shingles, built-up asphalt, chlorosulfonated polyethylene-hypalon (CSPE), copolymer-alloy/polyvinyl chloride (CPA/PVC), ethylene propylene diene monomer (EPDM), modified bituminous membrane, sprayed polyurethane foam (SPF) and structural standing seam metal roofing. Remove and replace metal decks, wood decks and roof deck insulation. Provide all flashing and sheet metal to provide a complete and watertight roof system installation. Roofing system applicator shall have a minimum of five years experience as an approved, authorized, or licensed applicator with the specified roof system manufacturer and be approved at a level capable of providing the specified warranty. The requirement is to furnish plant, labor, equipment, instruments, materials, transportation, and incidentals required to recover or replace a broad range of roof systems and related assemblies for an undetermined number of facilities, to include industrial facilities. In addition, to provide a complete and functioning roof system for use by the government for each project delivery order. The applicable NAICS code is 238160, Roofing Contractors with a size standard of $13.0 M, according to the Small Business Administration (www.sba.gov) website. This request for information is not to be construed as a commitment by the Government, and the Government will not pay for information received as a result of this announcement. Interested firms that meet the categories stated above must submit an electronic copy of a capability statement outlining their company's capability and capacity to perform the work. In addition, firms must demonstrate that they have the necessary personnel with demonstrated experience, labor, materials, services, equipment and facilities to support this effort. Firms must provide their business size status in accordance with the Small Business Administration (www.sba.gov) website for the above referenced NAICS Code they fall within, (i.e., small businesses, 8 (a) businesses, HUB Zones, or Native American Affairs). Electronic responses shall be limited to five (5) pages, including attachments, on 8.5" x 11" pages, 12 font (pitch) written in English, and must be formatted in .PDF format. The answer to the following questions shall be included with your response: (1) Do you employ roofers with at least five years of experience as an approved, licensed applicator authorized by the different roof system manufacturers? (2) How many roofers do you have on staff that meets the above requirements? (3) What portion of this requirement could you perform as a prime contractor? (4) What portion of this requirement would you subcontract? (5) What are your total number of employees and average revenue for the last three years? (6) Relevant past performance on same/similar work dating back not more than eight years and an explanation of how your company's core competencies match the requirements of this announcement. (7) Do you have the bonds to cover an estimated $5 million per year contract, for a total of five years? E-mail the capability information to the attention of Quincy Jackson at quincy.jackson@tinker.af.mil no later than June 19, 2007. Standard company brochures will not be considered a sufficient response to this Sources Sought. A draft of the provisions and clauses that will be used to determine eligibility for award for this requirement will be made available during the Request for Proposal (RFP) process. Other interested parties who do not qualify as small business, may still provide information for the creation of a potential bidder's list and expand possible teaming arrangements. Point of contact: Quincy Jackson, Contracting Specialist, (405) 739-2829 or quincy.jackson@tinker.af.mil.
 
Place of Performance
Address: 7858 5TH St, Suite 1, Tinker AFB, OK
Zip Code: 73145-9106
Country: UNITED STATES
 
Record
SN01312657-W 20070609/070607221229 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.