SOURCES SOUGHT
Y -- Envelope Replacement Bldg 135 - Sources Sought
- Notice Date
- 5/2/2016
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Army, National Guard Bureau, 142 FW/LGC, 6801 NE CORNFOOT ROAD, PORTLAND IAP, Oregon, 97218-2797
- ZIP Code
- 97218-2797
- Solicitation Number
- W912JV-16-R-0006
- Point of Contact
- Denise A. Phillips, Phone: 5033354492
- E-Mail Address
-
denise.a.phillips14.mil@mail.mil
(denise.a.phillips14.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Request Form REQUIREMENTS DESCRIPTION Construction Project TQKD102004 Envelope Replacement Bldg 135 Portland Air National Guard Category: Y - Construction of Structures and Facilities - Potential Sources Sought Date Published: 2 May 2016 Contact: Contracting Officer SMSgt Denise Phillips, 6801 NE Cornfoot Rd, Portland OR 97218 denise.a.phillips14.mil@mail.mil Project Magnitude: $1,000,000.00 - 5,000,000.00 PURPOSE/DESCRIPTION The following constitutes a Sources Sought Synopsis. The U.S. Air Force is performing market research to identify potential contractors who have the skills, experience and knowledge required to support the replacement of the standing seam metal roof, replacement of membrane roof and new insulation for both roofs; addition of a structural support system within the exterior wall to comply with ATFP; the complete replacement of exterior wall system with a rain screen system, including insulation, studs and sheathing as required; the replacement of all exterior doors and vestibule doors, storefronts and windows to meet ATFP standards; the renovation of the interior ceilings, walls and floors impacted by this new work; remediation of mold found within the exterior walls of the building; removal of existing roadways; new curbing; sidewalks; expanded landscaping and irrigation; connection to storm sewer line with the new downspouts; street marking and painting; and all associated demolition for the above and coordination of existing items to be removed and replaced. Government Furnished Equipment will not be available for this effort. The contractor is responsible to provide all personnel, services, facilities, technical expertise and materials to accomplish disassembly, test, evaluation and disposal of all residual hardware, explosives, and material. This includes execution of all associated miscellaneous tasks. This SSS is published to ascertain if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) code is 236210 - Engineering Services, which has a corresponding size standard of $36.5M. All interested concerns will provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than 13 May 2016. This notification, which shall not exceed five typewritten pages, must include a (1) positive statement of intent to bid as a prime contractor, and (2) a completed and signed Sources Sought Information Request Form and (3) A listing of projects completed during the past three years, both for government and private industry. The type of project, dollar value, Contract number, location and Point of Contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor. (4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. Information received will be considered for the purpose of determining if responsible sources exist and to assist in determining if this effort can be competitive and/or a total small business set-aside. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in increasing competition and small business utilization - specifically socioeconomic programs as defined by Federal Acquisition Regulation (FAR) Part 19. Responses should include small business status as related to the listed NAICS. In the event adequate Small Business contractors are not available for adequate competition for this project, it may be advertised as unrestricted. Information shall be provided via email to: denise.a.phillips14.mil@mail.mil. Include the following in the subject line - Sources Sought TQKD102004. No facsimile responses will be honored. No reimbursement will be made for any costs associated with providing information in response to this sources sought. Any information submitted by respondents to this notice is strictly voluntary. Questions relative to this market survey should be addressed to SMSgt Denise Phillips at (503) 335-4492, or via email at denise.a.phillips14.mil@mail.mil. Any subsequent information relating to this notification will be posted to www.fbo.gov. All responses to this Sources Sought Synopsis must be submitted to the point of contact listed above. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-2/W912JV-16-R-0006/listing.html)
- Place of Performance
- Address: 142 FW, 6801 NE Cornfoot Rd, Portland, Oregon, 97218, United States
- Zip Code: 97218
- Zip Code: 97218
- Record
- SN04101630-W 20160504/160502234026-1dfb87680639118902d9380b2ebdecda (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 |