SOURCES SOUGHT
Z -- Repair B779 Foundation and Replace Siding
- Notice Date
- 6/2/2020 7:03:23 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA4497 436 CONS LGC DOVER AFB DE 19902-5639 USA
- ZIP Code
- 19902-5639
- Solicitation Number
- FA4497-21-R-B779
- Response Due
- 6/17/2020 1:00:00 PM
- Archive Date
- 07/02/2020
- Point of Contact
- Brittney Santiago, Phone: 3026775210, Juan Roman, Phone: 3026775068
- E-Mail Address
-
brittney.santiago@us.af.mil, juan.roman.1@us.af.mil
(brittney.santiago@us.af.mil, juan.roman.1@us.af.mil)
- Description
- The 436th Contracting Squadron at Dover Air Force Base, DE is conducting this Sources Sought/Synopsis to inform interested firms of the potential future opportunity to Repair Foundation and Replace Siding at Building 779. Additionally, this Sources Sought/Synopsis is to identify firms registered under North American Industry Classification System (NAICS) code 236220 � Commercial and Institutional Building Construction - size standard $39.5 Million, who possess the capabilities to provide design-build construction services as specified below. If your firm is interested in this requirement and has performed similar projects of this scope and magnitude please provide the information requested below. The magnitude of the project is between $1M and $5M. JOB DESCRIPTION:� Exterior Pavement and Drainage: Provide positive drainage (2% minimum slope measured perpendicular to building) away from the buildings by altering the slope of the surrounding pavement/ground and installing new catch basin(s) as required.� Pavement replacement shall be comprised of a minimum 8� of Graded Aggregate Base Course (GABC) compacted to 95% (verified by independent test), 2"" of DelDOT specified Type �B� and 2"" of Type �C� PG-64-22 asphalt.� Pavement at buildings shall be higher in elevation than existing concrete pavement for positive drainage. Interior: Remove and reinstall utilities, wainscot, and wall insulation and lower girts as necessary to demo all damaged concrete curb/footing around the perimeter of the building. Replace or straighten any bent steel girts. Install girts, at an elevation above new curb insulation and wainscot panels after concrete curb replacement. Paint wainscot panels to original color. Color sample must be submitted and approved by Government. Replace the removed insulation with new wall insulation matching the type and kind removed. Install epoxy floor over any affected area matching existing as closely as possible. Remove and reinstall electrical equipment as necessary in support of project work. Exterior: Remove existing siding, downspouts and other utilities as necessary to demo all damaged concrete curb/foundation� around the perimeter of the building Install new reinforced concrete curb/foundation to a minimum of 8� above exterior ground surface on any face of the building.� Provide and install a water-stop/bentonite clay in the interface between the new curb/foundation and existing concrete slab to prevent water infiltration. Replace damaged flashing and siding around the perimeter of the building. As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request; therefore, proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought/Synopsis. �All firms must be registered with the System for Award Management (SAM) in order to receive a future award. Registration information is available at http://www.sam.gov/ or telephone 1-866-606-8220. Submission Instructions: Interested parties should return responses to requested information listed below no later than 4:00 PM EDT on 17 June 2020 to Contract Specialist, Brittney Santiago via email at brittney.santiago@us.af.mil. Telephone and fax requests will not be honored. Your response must include the information requested below. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm�s qualifications and capabilities to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: Company Profile to include: Company name and address; Affiliate information: parent company, joint venture partners, and potential teaming partners; Year the firm was established, average annual receipts, and number of employees; Total Bonding capacity/Bonding capacity per project; Two points of contact (names, titles, phone numbers and email addresses); DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/ Small Business designation/status (must correlate with SAM registration): _____ Small business������� ����������������������������������� _____� HUBZone � _____ 8(a)������������������������ ����������������������������������� �_____ VOSB � _____ SDVOSB�������������������������� ������������������������� �_____ WOSB ����������������� ����������� �������� _____ SDB������������������������������������������������������������������ _____ OTHER
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/398c015d7eab4107b980c201e4f8e292/view)
- Place of Performance
- Address: Dover AFB, DE 19902, USA
- Zip Code: 19902
- Country: USA
- Zip Code: 19902
- Record
- SN05678016-F 20200604/200602230213 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |