SOURCES SOUGHT
Z -- Correct Power Line Radio Frequency Interference - Statement of Work Dated 20 April 2016
- Notice Date
- 4/21/2016
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- FTFA141068
- Archive Date
- 5/10/2016
- Point of Contact
- Christine Young, Phone: 850-882-0297, Susan B. Riley, Phone: 8508825628
- E-Mail Address
-
christine.young.1@us.af.mil, susan.riley.2@us.af.mil
(christine.young.1@us.af.mil, susan.riley.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work dated 20 Apr 2016, FTFA 14-1068. The purpose of this Sources Sought Notice is to identify qualified small business. This Sources Sought Notice is posted as a market research tool only. Eglin AFB, FL is contemplating a firm-fixed price design and construction contract. The work will consist of replacing an existing overhead 3-phase primary power distribution line with a new underground primary three phase power line. The work elements included in this project are demolition, design of all electrical engineering, electrical systems, drawing production, specifications, labor, meetings, materials, equipment, appurtenances and transportation as required for a complete and finished product indicated in the plans and specifications. See attached Statement of Work dated 20 April 2016, 5 pages. The magnitude of construction is between $500,000 and $1,000,000. The NAICS code applicable to this requirement is 237130, Power and Communication Line and Related Structures Construction with a small business standard of $36.5 Mil. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. If awarded, the project duration is expected to be approximately 45 calendar days for the Design and 75 calendar days for the Construction (Design + Construction 120 calendar days). Any information submitted by respondents to this sources sought 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 assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as an 8(a) set-aside for small business. Capability Statement Requested: We are requesting that all interested and qualified small businesses respond to this sources sought notice with a capability statement, not to exceed fifteen (15) double sided sheets of paper. At a minimum, the capability statement shall include the following: 1. Offeror's name, address, point of contact, phone number, and e-mail address. 2. Offeror's Cage Code and DUNS number. 3. Offeror's confirmation of interest in bidding on the solicitation for this new project when it is issued. 4. Offeror's capability to perform a contract of this magnitude, and complexity; include offeror's in-house capability to execute construction, comparable work performed in the design and construction and installation of Medium voltage power distribution systems. Provide at least two (2) examples of 100% construction completed projects that are comparable to the above work, as listed in the Statement of Work. 5. Offeror's Joint Venture information, if applicable - existing and potential. 6. 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. 7. Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) The Government will utilize this information in determining the best acquisition strategy for this acquisition. *** Please state all of the socio-economic categories in which your company belongs (ie. 8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned, etc.). RESPONSES ARE DUE NO LATER THAN 3:00 p.m. (CST) ON 06 MAY 2016. Your capabilities statement MUST be submitted electronically via email. Each email sent must ‘not' exceed (10MG) in size or it will not be received. Please request an email ‘delivery receipt' of your email to verify the delivery. All email submissions shall be sent via email to: christine.young.1@us.af.mil. Submissions that are mailed are addressed to: AFTC/PZIOC, ATTN: Chris Young, Contracting Office, 308 West D Ave, Suite 130, Eglin AFB, FL 32542-5418. This sources sought shall not be construed in any manner to be an obligation of Eglin AFB, FL to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. The Point of Contact for this notice is Ms. Chris Young, (850) 882-0297; email: christine.young.1@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8b5e06ba3a52ac305df6f7676d93e34c)
- Place of Performance
- Address: 308 West D Ave, Building 260, Suite 130, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN04091333-W 20160423/160421234608-8b5e06ba3a52ac305df6f7676d93e34c (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 |