Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2020 SAM #6799
SOURCES SOUGHT

C -- 126th Construction Projects (Scott AFB, IL)

Notice Date
7/9/2020 12:35:27 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7M6 USPFO ACTIVITY ILANG 126 SCOTT AFB IL 62225-5503 USA
 
ZIP Code
62225-5503
 
Solicitation Number
W50S7S20Q0001
 
Response Due
7/23/2020 11:00:00 AM
 
Archive Date
08/07/2020
 
Point of Contact
Christopher Fisher, Phone: 618-222-5112, Jamie Aguilar, Phone: 6182225116
 
E-Mail Address
christopher.fisher.7@us.af.mil, jamie.aguilar.1@us.af.mil
(christopher.fisher.7@us.af.mil, jamie.aguilar.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT - REQUEST FOR INFORMATION (RFI):� THIS IS NOT A SOLICITATION; no award will be made as a result of this request.� This request for information is for informational purposes only; this is not a Request for Proposal (RFP) nor a Request for Quote (RFQ).� All interested parties are encouraged to respond to this RFI. The Government will not pay for information and materials received in response to this RFI and is in no way obligated by the information received. This is a sources sought notice. The IL ANG, Scott AFB, is seeking qualified vendors with which to contract who can compete for various Construction projects with estimated value of under $250,000. The government currently intends to solicit the below projects as FAR 13 Simplified Acquisition, request for quotes, but this is subject to change based on the results of this market research. The 126th ARW currently has projected funding to cover many, if not all, of the following requirements: 1. Repair Hangar Fire suppression, B5024 The work specified by this section consists of furnishing all labor, equipment, tools, appliances, transportation, materials, and quality control reports required to perform modifications to Hangar Fire Suppression Systems. The work consists of three main items and multiple secondary items. The main items include reprogramming/reconfiguring the foam releasing panel, replacing the manual foam releasing stations and conduits, and installing Surge Protection Devices (SPD) (also referred to as TVSS). The secondary items include providing de-humidifiers in the foam rooms and providing required signage. 2. Repair Electrical and Parking Lot Lights, B5008 Contractor shall ensure that the electrical components, breakers and receptacles are configured in a way that no more than four (4) workstations in Bldg 5008 are on the same breaker to meet code and 126th requirements. Contractor shall replace the existing exterior lighting with LED fixtures and/or bulbs to increase energy efficiency. Any photovoltaic cells that are needed to be replaced or added shall be done so at this point so all exterior lighting turn on when exterior lighting decreases. This should include. Contractor shall complete the work originally completed by the recently completed electrical contract to have the arm gate at rear vehicle entrance to Bldg 5008 to ensure that the arm gate is fully functioning as intended during the original design. 3. Construct CF Tower base bldg 5010 The work consists of furnishing all labor, materials and equipment necessary to complete a concrete communication tower foundation capable of supporting the TX-455 Self-Supporting Triangular Crank-Up Tower per the following manufacturing guidelines (see Tower Model TX-455 c rev1 Plans, dated 12 December 2009 for details). Work also includes to install the tower onto the foundation, this will be a separate line item during the bidding process. 4. Repair Lights, B5004/B5046 The purpose of this project is to replace the warehouse lighting in Buildings 5004 and 5046. The existing High Intensity Discharge (HID) lighting shall be replaced with high efficiency Light Emitting Diode (LED) lighting and upgraded controls as specified herein. In addition, the office lighting of the front area of Bldg 5004 will also be replaced with LED lighting. 5. Repair Boilers, B5000 The 126th Air Refueling wing has existing boilers that were installed over 20 years ago in Bldg 5000 and require constant repair and maintenance. This project entails providing all necessary material, labor and equipment to completely replace all boilers, components and controls systems associated with the existing boilers. The system should be a complete and functioning system tested and ready for operation when work is completed. The equipment shall be installed in accordance with all approved building, plumbing, electrical and health codes and function as specified. 6. Repair CO Detectors, B5006 The 126th Air Refueling wing has existing Carbon Monoxide (CO) detectors that were installed over 20 years ago in Bldg 5006 and are no longer functioning properly. The system is an analog type system and is in need of a refurbishment to a digital system to meet current Air Force requirements. This project entails providing all necessary material, labor and equipment to completely replace all CO detectors in Bldg 5006. The system should be a complete and functioning system tested and ready for operation when work is completed. The equipment shall be installed in accordance with all approved building, plumbing, electrical and health codes and function as specified. 7. Repair/Replace Wet Dust Collector System, B5022 Contractor shall remove the existing wet dust collector system and all associated components and dispose of properly off base. The new system shall be installed in accordance with Air National Guard Design Policy per Engineering Technical Letter ANG ETL 15-01 and UFC3-410-06 (Industrial Ventilation), Federal and State Electrical Codes, and industry standards. 8. Repair Fire Suppression System & Add Heat, B5004 TBD The 126th ARW is seeking information to determine Small Business Set-aside capabilities, capacities, and to help determine acquisition strategy. Vendors are asked to submit information such as: 1. Vendor name and Point of Contact including email address and phone number. 2. Cage code and DUNS number. 3. Small Business status and any other socioeconomic indicators. 4. 8a status. 5. Past Performance with civilian and government agencies, including past contract numbers. 6. Capability statement. 7. A list of 126th ARW projects in which the vendor wishes to participate. All questions must be directed to SMSgt Christopher Fisher via email at ( christopher.fisher.7@us.af.mil )and TSgt Jamie Aguilar ( jamie.aguilar.1@us.af.mil ). The government intends to directly notify any vendor who participates in this Request for Information when the noted projects are solicited.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/90c5c807001547e08dc56ad7201fba16/view)
 
Place of Performance
Address: Scott AFB, IL 62225, USA
Zip Code: 62225
Country: USA
 
Record
SN05716827-F 20200711/200709230145 (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 |
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.