Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2016 FBO #5489
SOURCES SOUGHT

Z -- Water, Sewer and Storm Systems - FA5000-17-R-0003 SOW/Specs

Notice Date
12/1/2016
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-17-R-0003
 
Archive Date
1/18/2017
 
Point of Contact
Michael Lankford, Phone: 907-552-5609, Robert Peters, Phone: 907-552-5774
 
E-Mail Address
michael.lankford.1@us.af.mil, robert.peters.11@us.af.mil
(michael.lankford.1@us.af.mil, robert.peters.11@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
FA5000-17-R-0003 Sources Sought Statement of Work and Specifications Sources Sought Water, Sewer and Storm Systems, Joint Base Elmendorf-Richardson (JBER), AK THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION AT THIS TIME. 1. This is a sources sought synopsis seeking information from any firms that have an interest in submitting an offer for Water, Sewer and Storm Systems Indefinite Delivery Indefinite Quantity (IDIQ) contract to be performed at Joint Base Elmendorf-Richardson, Alaska. 2. This request for information does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or Invitation for Bid (IFB). Submission of any information in response to this market survey is purely voluntary; the Government does not assume financial responsibility for any costs incurred. All submissions will be considered and treated as public information. The Government will assess any responses in addition to associated market research to ascertain potential market capacity; no decision has been made regarding potential FAR Part 19 set-asides at this time. No feedback or evaluation will be provided to interested parties regarding their response, though the Government reserves the right to contact respondents on a case-by-case basis regarding their submission. 3. The scope of this project includes, but is not limited to, provide all materials, equipment, tools, labor, etc., required to repair existing water, sewer and storm systems or to install new water, sewer storm systems on JBER. The work includes, but is not limited to; pipe replacing, pipe lining, manhole lining, patching or replacing manholes or catch basins, fire hydrants, valves and valve boxes, asphalt paving, concrete curbs, gutters, and sidewalks, pavement markings, base course, subbase work, electrical and communications support, road boring and excavation. 4. There is one attachment: Draft Statement of Work (SOW)/Specifications. Work to be performed will be within the North American Industry Classification System (NAICS) codes: 237110, Water and Sewer Line and Related Structures Construction, $36.5M. 5. The government encourages all business types to respond to this Sources Sought. 6. We request that all interested and qualified firms respond to this sources sought notice with a capability statement which may include the following information: a. Company Information (e.g. name, business address, point of contact, telephone number, e-mail address). Also include DUNS Number or CAGE Code. b. Bonding: provide your bonding capacity per contract and aggregate dollar amount. c. A statement of your current business size status in relation to the NAICS code size standard assigned to this acquisition. d. Identify whether your firm has the capability to meet the Government's requirement. Indicate whether you have any current partnering/teaming arrangements with other firms. e. Identify number of years of experience and describe your firm's prior experience on projects of a similar size and scope to the requirement described above, especially those performed in subarctic or other extreme cold weather environments. Please limit your response to recent (within 3 years) and relevant projects and include the following information: (1) Contract number, customer or firm name, or other identifying details of the project (2) Points of contact for the project including names, telephone numbers, and email addresses (3) City, State (if applicable), and country of performance (4) Type of contract vehicle and Contract Line Item Number (CLIN) structure (if applicable) (5) A brief description of your support of the project (6) Percentage of work as Prime Contractor f. Please provide any feedback your firm might have regarding major risk areas and avenues for mitigation on requirements of this type. 7. This Sources Sought is an advance notice for information and acquisition strategy planning purposes only and is not a solicitation. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management. The SAM website is https://www.sam.gov. This Sources Sought synopsis notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://www.fbo.gov. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments. 10. Interested parties are invited to submit a response to this sources sought by 3:00 PM Alaska Standard Time (AKST) on January 3, 2016. Please submit all documentation by email in PDF format and state in the subject line "Sources Sought Response for Repair/Re-groove Runway". Responses received after this date and time may not be reviewed. All responses must be emailed to the following individuals: (a) Mr. Michael Lankford; michael.lankford.1@us.af.mil (b) Mr. Robert Peters; robert.peters.11@us.af.mil 8. Should you have any questions or concerns regarding this notice, please email the individuals listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-17-R-0003/listing.html)
 
Place of Performance
Address: Building 10480 Sijan Ave, Joint Base Elmendorf-Richardson, Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN04340565-W 20161203/161201234432-4fee06a38f15ab7292c1bc34ace5a594 (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.