SOURCES SOUGHT
Y -- COMPEC Follow-On - Survey
- Notice Date
- 4/4/2010
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- COMPECII_SSS
- Archive Date
- 5/11/2010
- Point of Contact
- Mark W Dillinger, Phone: (478) 327-1611
- E-Mail Address
-
mark.dillinger.1@us.af.mil
(mark.dillinger.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Survey to be completed by Contractor READ CAREFULLY: This is a Sources Sought Synopsis (SSS) Announcement Only for the COMMAND WIDE CONSTRUCTION Follow on Contract. This SSS is a market survey for information to be used for preliminary planning purposes. The information received will be used within Headquaters Air Force Reserve Command (HQ AFCR) to facilitate the decision making process and will not be disclosed outside of the agency. This synnopsis is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for Small Business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Businesses, or whether to issue as full and open competition (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. HQ AFRC is seeking Large Business, Small Business, SBA certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Business sources with current relevant experience, personnel, and capability to perform construction work. The work will be for new construction, repair, alteration, and renovation, by design-build, demolition, and construction related operations at Air Resevre locations and Air Reserve Tenant Locations. Furthermore, the following details the work contemplated for this effort: (1) Roofing Construction - Must be capable of repairing/replacing all type roofs to include, but not limited to, standing seam metal, built up, PVC membrane, EPDM, and shingle, etc; (2) Mechanical/Electrical - to include, but not limited to, HVAC, interior electrical, fire detection and suppression, direct digital controls, etc.; (3) Pavement repairs/replacement - to include streets, parking lots and airfields, rubber removal and paint striping; (4) Painting ($10M) - to include interior and exterior facility painting; (5) Super Simplified Acquisition of Base Engineering Requirements (SABER). The locations are listed as follows: Dobbins ARB (Marietta), GA; Homestead ARB (Miami), FL; Westover ARB (Chicopee), MA; Minneapolis ARS, MN; Pittsburg IAP-ARS, PA; Youngstown ARS, OH; Niagara Falls IAP-ARS, NY; Grissom ARB (Kokomo), IN; March ARB (Riverside), CA; Carswell ARB (Fort Worth), TX. Other locations may be added on a case by case situation. Contractor must be able to support all of the listed locations for this requirement. Teaming is encouraged for this requirement. The proposed contract will be for one base year with 4 one-year renewable options, resulting in the contract performance period of maximum 5 years. The estimated total contract price for the base year and all option years combined is being forecasted to be between $300,000,000 to $400,000,000. Each Task order range is estimated between $100,000.00 and $10,000,000.00. Interested sources are invited to respond to this sources sought announcement by completing the attached market survey. Responses to this Sources Sought announcement are due no later than 26 April 2010, 3:00pm Eastern Standard Time (EST). Please e-mail your response to mark.dillinger.1@us.af.mil. If you are unable to open the attachment, call me, Mark Dillinger at 478 327-1611 and I will e-mail you a word copy as an attachment. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Again,no reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/COMPECII_SSS/listing.html)
- Place of Performance
- Address: see announcement, United States
- Record
- SN02112237-W 20100406/100404233041-5bcabf7acc927ade162d684521bf42a0 (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 |