Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 21, 2016 FBO #5446
SOURCES SOUGHT

Y -- Design-Build (DB) Repair by Replacement (RBR) Vehicle and Air Ground Equipment (AGE) Maintenance Facility

Notice Date
10/19/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
NND17595186R
 
Archive Date
11/4/2016
 
Point of Contact
Jim E. Kitahara, Phone: (661) 276-5355
 
E-Mail Address
james.e.kitahara@nasa.gov
(james.e.kitahara@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a SOURCES SOUGHT NOTICE and will ONLY be used for preliminary planning purposes. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center (AFRC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), and Historically Underutilized Business Zone (HUBZone) small businesses, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for a Design-Build (DB) Repair by Replacement (RBR) of AFRC's Vehicle and Air Ground Equipment (AGE) Maintenance Facility. Firms interested and capable of performing this work are highly encouraged to submit a response. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran-Owned (SD-VOSB), or HUBZone small business set-aside based on responses hereto. Project Information Project Title: Design-Build Repair by Replacement (RBR) Vehicle and Air Ground Equipment (AGE) Maintenance Facility. Project Location: NASA AFRC, Edwards AFB, Edwards, CA 93523. The North American Classification Systems Code (NAICS) and small business size standard for this procurement are 236220 - Commercial and Institutional Building Construction and $36.5M, respectively. Construction Magnitude: The Estimated Price Range is between $5,000,000 and $10,000,000, in accordance with FAR 36.204. The effort shall be completed within 400 calendar days after notice to proceed. Project Description: NASA AFRC intends to replace its current obsolete AGE maintenance facility with a more functional, energy efficient, and environmentally sustainable facility. The new facility is to be constructed in a Design-Build manner, while also achieving LEED gold certification. Part of this project involves the demolition of four (4) existing buildings adjacent to the new facility of which at least 75% of that material will be recycled. The new AGE facility intends to house 25 NASA employees in a space within the boundaries of no more than 27,000 square feet. It is important to keep an adequate building size that is efficient and maintains appropriate spaces such as: shop space, labs and testing, repair bays, office areas, training/conference room, restrooms, showers, locker rooms, lunch room, break room, and storage areas. RESPONSE SUBMISSION INFORMATION: Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: NND17595186R. Please send to Jim E. Kitahara, Contract Specialist, at james.e.kitahara@nasa.gov by 3:30 pm Pacific Standard Time Thursday, November 3, 2016. Submissions in response to this Sources Sought shall be limited to five (5) pages and shall include the following information: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. b. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). c. Provide relevant information on the Firm's Experience/Capabilities as it pertains to the proposed work outlined in the Project Description. d. Design Build Experience: Submit a minimum of two examples of relevant projects that demonstrate experience with design-build projects which are of similar size, scope, and complexity. Provide a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. For the projects listed describe the type of work for overall project and type of work your firm self-performed. Disclaimer and Important Notes: This notice is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information provided in response to this notice. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Information about major upcoming AFRC procurement actions are available at: http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=AFRC NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND17595186R/listing.html)
 
Place of Performance
Address: NASA Armstrong Flight Research Center (AFRC), Edwards AFB, Edwards, California, 93523, United States
Zip Code: 93523
 
Record
SN04307579-W 20161021/161019233902-1902bc11e2240ec6e61ae98610005171 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.