SOURCES SOUGHT
Z -- Repair HVAC Combat Camera Facility, B. 241
- Notice Date
- 4/20/2018
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA4418-18-R-0010
- Point of Contact
- Matthew R. Ruden, Phone: 8439634516, Rozella N. Johnson, Phone: 8439634525
- E-Mail Address
-
matthew.ruden@us.af.mil, rozella.johnson.1@us.af.mil
(matthew.ruden@us.af.mil, rozella.johnson.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Repair HVAC Combat Camera Facility, B. 241 The scope of this project consists of furnishing all plant, labor, material, equipment, supplies, and supervision necessary to complete project DKFX 14-1065, Repair HVAC Combat Camera Facility, B. 241, at Joint Base Charleston – Air Base (JB CHS-AB), Charleston, South Carolina, with a performance time of approximately 494 days. This project will repair the HVAC systems for the Combat Camera Facility, Building 241 at the Joint Base Charleston – Air Base, South Carolina. Building 241 is a two-story, approximately 20,850 square foot facility that was constructed in 1995. The facility consists of administrative, maintenance and storage space. The original facility had a 2 story high open warehouse space on the east side of the building that was heated only. Subsequently a modular structure was installed in the warehouse space to provide additional second floor office space. The general intent of this project is to replace the existing HVAC systems with new HVAC systems. All interior lighting will be replaced along with all ceilings. All other architectural and electrical work will be as needed to support the HVAC system replacement. Also provide necessary labor and material to install sound proof molding and dampening materials for rooms 103, 104, and 105. Contractor to provide all necessary labor and material to modify/repair swing spaces in B247, located on the Air Base, and B777, located on the Naval Weapons Station Charleston. The space in B247 and B777 must serve as temporary locations for Combat Camera during the move, demolition phase, and completion of the main scope of this project. For Building 247: Provide walls and a door for one office, similar to existing. Provide additional electrical outlets/connections for computers/telephone/CATV outlets. For Building 777: Clean floors (tile, carpet, gym floor) and walls (remove mold/mildew) and cabinets. Paint walls (except gym) and cabinets (color - egg shell). Investigate/repair roof/HVAC leaks. Replace ceiling tiles after roof/hvac leaks repaired. Also p rovide additional telephone, computer and CATV outlets as needed. Provide electrical/HVAC upgrades/repairs as needed. Repair/replace ceiling light bulbs/ballasts/lenses as needed. Dollar magnitude for this contract is between $1,000,000 and $5,000,000. The applicable NAICS code is 238220, Plumbing, Heating, and Air-Conditioning Contractors, with a Small Business Size Standard of $15,000,000. NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. Contract type will be Firm-Fixed-Price. Capabilities are sought from small businesses for the purposes of determining if this requirement can be set-aside. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status/statuses (8(a), SDVOSB, HUBZone) or SB. 8(a), SDVOSB, HUBZone, or SB firms will first be sought by individual group. If a response from two or more qualified firms is received for any of these categories, this requirement may be set-aside. Should an insufficient number of responses be received in these categories, the requirement may be issued as unrestricted. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. All interested Prime contractors who intend to submit a proposal/bid for this solicitation are highly encouraged to submit a capabilities package to the Primary Point of Contact listed below, by 9:00am EST on 8 May 18 : AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under NAICS code 238220: 8(a), SDVOSB, HUBZone or Small Business. (b) A positive statement of your intention to submit a proposal/bid on this contract as a prime contractor. (c) Provide DUNS Number or Cage Code. (d) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles and descriptions 3. Dollar amounts 4. Percent and description of work self-performed. 5. Customer points of contact with current telephone number and email address. (e) Evidence of bonding capability of a minimum of $5,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested small business concerns. If adequate interest is not received from 8(a), SDVOSB, HUBZone or SB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror. NOTES: (1) The solicitation, SOW and drawings will be available on the website on or about 6 Jun 18, at the www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this pre-solicitation notice. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. (6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-18-R-0010/listing.html)
- Place of Performance
- Address: Air Base: Bldg 241, Bldg 247, Weapons Station: Bldg 777, Joint Base Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN04896984-W 20180422/180420230904-a126cdc2aaf8a99631c6ee21dc164d10 (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 |