MODIFICATION
Z -- DKGV 12-2035, Construct Fire Station Addition, Bldg. 90
- Notice Date
- 10/9/2018
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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-0018
- Archive Date
- 7/11/2018
- Point of Contact
- Buddy Ciemiengo, Phone: 8439635180, Robert R. Melton, Phone: 8439635157
- E-Mail Address
-
buddy.ciemiengo@us.af.mil, robert.melton-02@charleston.af.mil
(buddy.ciemiengo@us.af.mil, robert.melton-02@charleston.af.mil)
- Small Business Set-Aside
- N/A
- Description
- **THE SOLICITATION FOR THIS REQUIREMENT CAN BE VIEWED UNDER THE NEW SOLICITATION NUMBER OF FA4418-19-R-0004. POSTED 9 OCT 18 WITH PROPOSALS DUE 9 NOV 18** THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: DKGV 12-2035, Construct Fire Station Addition, Bldg. 90 - Joint Base Charleston, SC Solicitation Number: FA4418-18-R-0018 The 628 Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages of potential sources to complete additions to and renovations of the Joint Base Charleston Fire Station - Building 90 at Joint Base Charleston - Naval Weapons Station, Goose Creek, South Carolina. This sources sought is for planning purposes only. The work to be performed under project number DKGV 12-2035, consists of an addition to and renovation of existing Building 90. The work includes demolition, hazardous material abatement, site work, concrete, concrete masonry units (CMU), modified bitumen roofing, insulation, metal studs, gypsum wallboard, paint, vinyl composite tile (VCT), ceramic tile, carpet, acoustical ceiling systems, HVAC, plumbing, electrical, fire protection, communication systems, and incidental related work. 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. Dollar magnitude for this contract is between $1,000,000 and $5,000,000. The anticipated performance time is 320 calendar days. The NAICS Code assigned to this acquisition is 236220 - Commercial and Institutional Building Construction with a Size Standard of $36,500,000.00. 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. Firms responding shall indicate their size in relation to the NAICS size standard stated above, and indicate socio-economic status/statuses (SB, 8(a), SDVOSB, HUBZone, EDWOSB, or WOSB). 8(a), SDVOSB, HUBZone, EDWOSB, and WOSB firms will first be sought. If a response from two or more qualified firms are received for any of the categories, then this requirement may be set aside. All interested 8(a), SDVOSB, HUBZone, EDWOSB, and WOSB prime contractors should indicate interest by submitting a capabilities package to the point of contact listed below, no later than 3:00p.m. EST on 11 June, 2018. 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 bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 3:00p.m. EST on 11 June 2018: AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under the applicable NAICS code (SB, 8(a), SDVOSB, HUBZone, EDWOSB, or WOSB). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Provide DUNS Number and 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 3. Dollar amounts 4. Contract completion dates 5. Percent and description of work self-performed 6. Customer points of contacts with current telephone numbers. (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 concerns. If adequate interest is not received from 8(a), SDVOSB, HUBZone, WOSB, EDWOSB, 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 25 June 2018, 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 sources sought. (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. Contracting Office Mailing Address: 628 CONS/PKB ATTN: SrA Joshua Nardone 101 E. Hill Blvd., Bldg. 503 Joint Base Charleston, SC 29404-5021 Point of Contact SrA Joshua Nardone, Contract Specialist Phone (843) 963-5167, FAX (843) 963-2829 e-mail: joshua.nardone.2@us.af.mil Alternate point(s) of contact: Mr. Michael Mesko, Contracting Officer Phone (843) 963-5172, Fax (843) 963-2829 e-mail: michael.mesko@us.af.mil (Please include all Points of contact on email correspondence) Place of Performance: Joint Base Charleston - Naval Weapons Station, Goose Creek, SC Postal Code: 29445 Country: USA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-18-R-0018/listing.html)
- Place of Performance
- Address: Joint Base Charleston - Weapons Station, Goose Creek, South Carolina, 29445, United States
- Zip Code: 29445
- Zip Code: 29445
- Record
- SN05118256-W 20181011/181009230536-32c3a71865afa90301bf9831a4f78853 (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 |