SOURCES SOUGHT
38 -- Refurbish Vehicle Inspection Area - Specification Drawings
- Notice Date
- 7/21/2015
- Notice Type
- Sources Sought
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-15-Q-B263
- Archive Date
- 8/20/2015
- Point of Contact
- Frantz Loiseau, Phone: 3214944393, Linda M. Penuel, Phone: 3214947573
- E-Mail Address
-
frantz.loiseau.1@us.af.mil, linda.penuel@us.af.mil
(frantz.loiseau.1@us.af.mil, linda.penuel@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The attached file are the specification drawings which is in accordance to the structure currently on hand at the Vehicle Inspection Area. SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-B263 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 332311. The size standard for NAICS is 500 employees. The requirement is to replace and update the structure that SFS currently uses for vehicle inspections at Patrick AFB by reskinning of the existing structure. Replace all structural pieces that need to be replaced due to normal wear/tear and corrosion from the elements. Also, the addition of two 9 foot by 5 foot offices spaces. These two additional offices will require concrete slabs, electrical power and air condition. The existing office will also need to be reskinned and have electrical service and air condition added. The lighting in the bay area will need to have a lighting switched-out to a LED type lighting system to provide greater illumination. A circulation fan is also required to be installed to provide circulation to SFS members conducting the vehicle searches. Drawings are attached. CLIN DESCRIPTION QTY UNIT 0001 1. 9.5' x 20' Insulated offices with c/w (2) 39" x 39" 1 Ea windows 2. Replacement Tedlar coating membrane for existing structure and office 3. Hood projection face panels for sinble personnel doors 4. Concrete anchor bolts package (corrosion resistant) 5. Assembly bolts package (corrosion resistant) 6. Bays of cable bracing 7. Replacement exterior thermal cap 8. Perimeter aluminum flat bar 9. New instulation for office structure 10. Interior aluminum angle for office structure 11. Replacement windows 39" x 39" c/w sliders 0002 Installation 1 Ea 1. Installation of all material listed in CLIN 1 to include the (2) additional offices 2. (2) Concrete slabs for the two additional offices 3. Air condition and electrical power for all (3) of the Office spaces 4. Additional lighting for the ceiling of structure. Salient Characteristics: Tedlar coating membrane used for the reskinning of the exisitng structure. The purpose of the Refurbishment of the Vehicle Inspection Area is to provide cover from the elements and from the view of potential hostile forces for SF personnel while conducting inspection of all commercial vehicles entering Patrick AFB. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date., GSA Contract Number with expiration date and MAS (if applicable), and specifications/drawings regarding item(s). Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-15-Q-B263, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843. RESPONSES ARE DUE NO LATER THAN 5 AUG 15, 3:00 PM EST
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B263/listing.html)
- Place of Performance
- Address: Vehicle Inspection Area, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03805336-W 20150723/150722000024-e67b51a8e1e8ea4b74c1b85eb9559cb9 (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 |