SOURCES SOUGHT
Y -- ASE Maintenance and Storage Facility - Sources Sought Info Request Form
- Notice Date
- 9/25/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Colorado, Attn: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, Colorado, 80011-9511
- ZIP Code
- 80011-9511
- Solicitation Number
- CRWU-069125
- Point of Contact
- Whitney L Arkle, Phone: 7202504031, Sabrina M. DeRamus, Phone: 720-250-4032
- E-Mail Address
-
whitney.l.arkle.civ@mail.mil, sabrina.m.deramus.civ@mail.mil
(whitney.l.arkle.civ@mail.mil, sabrina.m.deramus.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Info Request Form THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A SOURCES SOUGHT IN SUPPORT OF MARKET RESEARCH BEING CONDUCTED BY THE COLORADO NATIONAL GUARD CONTRACTING OFFICE TO IDENTIFY POTENTIAL SOURCES FOR PLANNING PURPOSES ONLY. This sources sought is issued for the purpose of developing a viable solicitation that will best communicate the Government's requirements to industry, evaluate small business set‐aside and/or participation, and get industry feedback on evaluation criteria. Response to this sources sought is strictly voluntary and will not affect any firm's ability to submit an offer if, or when, a solicitation is released. There is no bid package or solicitation document associated with this announcement. This notice is for planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of submission of information in response to this sources sought. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with applicable Government regulations. Respondents of this sources sought may be requested to provide additional information/details based on their initial submittals. The Government reserves the right to select, one, some, or none of the submissions for further investigation. Contractors who submit information in response to the sources sought do so with the understanding that U.S. Government personnel may review their material and or data. Since this is a sources sought to be used in planning a future acquisition, please do not send in any proposals. Request for Proposals (RFP) if, or when issued, will be available on FedBizOpps at https://www.fbo.gov/. As such, it is the potential offeror's responsibility to monitor this site and other government identified sites in the RFP for the release of any additional information. NAICS Code 236220 applies to this project. Your attention is directed to FAR Clause 52.219‐ 14(c)(3) LIMITATIONS ON SUBCONTRACTING which states, "By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for General construction, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project if set aside for small business. This notification, which shall not exceed five (5) single sided typewritten pages, must include 1) a 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 within the last three years completed for both Federal, State, Local and private commercial industry clients and 4) a brief outline of resources, subcontractors, and key personnel that would be used to accomplish the project. Include the following information for each project listed: the type of project, the total dollar value, the contract number, the location of performance, and the point of contact for owner/client. Indicate if your firm was a prime or subcontractor during performance of the listed project. In the event that adequate and qualified small business contractors are not available for adequate competition of this project, it may be advertised and unrestricted. Responses to the Sources Sought Announcement should be received no later than 11 October 2018, 4:00 pm Eastern Time. Submit responses to the attention of Ms. Sabrina DeRamus, sabrina.m.deramus.civ@mail.mil and copy Whitney Arkle at whitney.L.arkle.civ@mail.mil Estimated award for this contract is FY19. CONG Contracting Office is considering soliciting and awarding a single‐firm‐fixed price construction contract with a disclosure of magnitude of $1M to $5M. Small Business (SB) Set‐Aside Determination: The Government reserves the right to determine if a SB set‐aside is appropriate, as well as one of the targeted socio‐economic programs (HUBZone small business, Small Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the Small Business Act (15 U.S.C. 637 (a)), or Service Disabled Veteran Owned Small Business, based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the Government to make a SB set‐aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of this effort. DESCRIPTION OF THE PROPOSED PROJECT: The scope of the project is to Construct AGE/ASE Facility located at Buckley AFB, CO. Project square footage is estimated at 1,161 SM. Project scope includes but is not limited to new construction an Aircraft Support Equipment (ASE) maintenance and storage facility utilizing conventional construction methods to accommodate the mission of the facility. Facilities will be permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1‐200‐01, General Building Requirements and UFC 1‐200‐02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable Department of Defense, Air Force, and base standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with Department of Defense antiterrorism/force protection requirements per unified facilities criteria. Special Construction Requirements include reinforced concrete caissons or grade beam foundations, floor slab on grade, erosion control, drainage and landscape. Interior hoists, indoors wash rack, tool crib, bench stock storage, exhaust extraction system, covered storage, and Administrative space.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/CRWU-069125/listing.html)
- Place of Performance
- Address: Buckley Air Force Base, Aurora, Colorado, 80011, United States
- Zip Code: 80011
- Zip Code: 80011
- Record
- SN05104452-W 20180927/180925231132-49967ca1c8e6477888253213b16fac0a (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 |