SOURCES SOUGHT
Z -- Repair Roof w/ SSM - Field Training & MQTP B513
- Notice Date
- 7/16/2012
- Notice Type
- Sources Sought
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
- ZIP Code
- 58205
- Solicitation Number
- FA4659-12-R-0012
- Archive Date
- 8/7/2012
- Point of Contact
- Rebecca M. Hartupee, Phone: (701) 747-5266, Queen E McCartney, Phone: (701) 747-5287
- E-Mail Address
-
rebecca.hartupee@us.af.mil, queen.mccartney@us.af.mil
(rebecca.hartupee@us.af.mil, queen.mccartney@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a potential competitive 100% set aside for 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Women-Owned or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on repairing roofs with standing seam metal roofing system at Grand Forks AFB, ND. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. Notice to offerors; funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation/RFP either before or after the bid opening/RFP closing date. DESCRIPTION OF CONSTRUCTION The project consists of adding a sloped, standing seam metal roofing system to a Field Training Building at Grand Forks Air Force Base. The work generally includes, but is not limited to adding a sloped, standing seam metal roofing system over top of the existing low-slope roof areas, resolve site drainage issues at two areas between the two major north and south building areas that are separated by a link corridor, provide sidewalks leading away from those building exits without such sidewalks for emergency egress purposes, that shall lead to nearby streets, drives, sidewalks or parking areas. Work to be performed will be within the North American Industry Classification System (NAICS) Code 238160 Roofing Contractors and the small business standard of $14 M and a project magnitude of $1,000,000.00 to $5,000,000.00. If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to Rebecca Hartupee, A1C and Queen McCartney via mail addressed to 319 CONF/LGCA, 575 Tuskegee Airmen Blvd, Bldg 478, Grand Forks AFB, ND, 58205 fax to (701) 747-4215, or email to rebecca.hartupee@us.af.mil and queen.mccartney@us.af.mil, not later than 1:00 PM CDT, 23 July 2012. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (701)747-5266 or (701)747-5287 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Request interested firms respond to this notice and include the following in their Capability Statement: (a) Firm's INFORMATION [name, address, phone number, CAGE Code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor]; (b) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant experience with a primary focus on firm-fixed type contracts that are recent (within the last three fiscal years), performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed) and ability to obtain bonding for a project of this magnitude.]; (e) INDUSTRY STANDARDS [Interested contractors must demonstrate a history of relevant experience with industry standards for this type of project. (f) PERCENT OF WORK the firm can commit to accomplishing the referenced project with in-house (no subcontracted) labor. Interested contractors must provide the above information to the points of contacts listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages. The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, Women-Owned or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, it will be posted on this website. This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/FA4659-12-R-0012/listing.html)
- Place of Performance
- Address: Grand Forks AFB, Grand Forks AFB, North Dakota, 58207, United States
- Zip Code: 58207
- Zip Code: 58207
- Record
- SN02803969-W 20120718/120716235039-06559d848803b2eedc690dec207e7b74 (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 |