SOURCES SOUGHT
99 -- Repair NNTPC Building 2400 Latrines
- Notice Date
- 1/26/2022 12:09:57 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
- ZIP Code
- 29404-5021
- Solicitation Number
- Repair_NNTPC_B2400_Latrines
- Response Due
- 2/10/2022 9:00:00 AM
- Point of Contact
- Byron Faison, Phone: 8439635167, Brian T. Hawk, Phone: 8439635165
- E-Mail Address
-
byron.faison@us.af.mil, brian.hawk@us.af.mil
(byron.faison@us.af.mil, brian.hawk@us.af.mil)
- Description
- 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 Project: �Repair NNTPC Building 2400 Latrines Solicitation Number:� FA441821R00** The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages from potential sources for planning purposes for the Repair NNTPC Building 2400 Latrines at Joint Base Charleston, SC - Naval Weapons Station, Goose Creek, SC 29445. � The work to be performed under this contract consists of providing all labor, material parts, and equipment necessary to repair and renovate latrines A311 & A312, A209 & A211, A108 & A110, P258 & P259, P158 & P159 in building 2400. All interior tile and wallboard shall be removed and steel studs evaluated for replacement. All deteriorated bottom track and studs shall be replaced. Care shall be required for all common walls not to overly damage the adjacent wallboard. The �A� Latrines are �stacked� one on top of another on floors 1-3. The �P� series latrines are �stacked� on floors 1 and 2. Only one �stack� may be under construction at any one time, meaning that the government shall have beneficial occupancy of the first stack of bathrooms before another stack start construction. This building does not have an elevator. Wet walls have severe deterioration in the track and stud up to about 12� AFF. All project components and materials shall be installed in accordance with the manufacturer�s technical installation instructions and specifications. All measurements and quantities are estimated, contractor is to confirm and adjust all measurements and quantities. Contractor shall provide all tools, qualified labor, materials, equipment, supplies and supervision necessary to engineer, install, and warranty all items in accordance with the following Statement of Work. All work shall be accomplished in accordance with all Federal, State, Local Regulations and the guidelines & requirements to include but not limited to the following: International Building Code (Current Edition) International Mechanical Code (Current Edition) International Plumbing Code (Current Edition) National Electrical Code (NFPA 70) National Fire Code (NFPA 1) Base Architectural Compatibility Guide Unified Federal Criteria (UFC) Unified Facilities Guide Specifications (UFGS) NFPA 101 Life Safety Code (Current Edition) NFPA 72 National Fire Alarm Code (Current Edition) American Society for Testing and Materials(ASTM) C840 The anticipated performance time is 330 calendar days. The breakdown of this time is 30 days for submittals, 270 days for construction and 30 days for closeout documentation. Dollar magnitude for this contract is between $500,000.00 and $1,000,000.00.� The NAICS Code assigned to this acquisition is 236220 Commercial and Institutional Building with a Size Standard of $39,500,000.00. 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 should indicate their size in relation to this size standard, and indicate socio-economic status (8(a), SDVOSB, HUBZone, EDWOSB, WOSB) or SB. �If a response from two or more qualified firms is received for relevant socio-economic categories, this requirement may be set-aside. 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 for this solicitation are highly encouraged to submit a capabilities package to the primary point of contact listed below, no later than (NLT) 12:00pm EST on 10 Feb 2020: AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under NAICS code 236220: 8(a), SDVOSB, HUBZone, EDWOSB, WOSB or Small Business. (b) A positive statement of your intention to submit a proposal on this contract as a prime contractor. (c) Provide DUNS Number or Cage Code. (d) Evidence of recent (within the last five years) experience with work similar in type and scope to include: 1. Contract Numbers 2. Project Titles 3. Dollar Amounts 4. Percent and complete 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, EDWOSB, WOSB, 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, specifications and drawings will be available on the website on or about 26 Feb 2022 at the beta.SAM.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/sources sought notice. (4) A registration page is attached to the beta.SAM.gov website. You are not required to register. However, when you register you will receive notice of any amendments and/or addenda 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 subcontracts 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. During this time of COVID-19 contractors may have limited access to the base, therefore the primary communication will be via Email response to the primary point of contact NLT 10 Feb 2022, 12:00pm EST. Points of Contact: Primary:� Byron Faison, Contract Specialist, Phone (843) 963-5167, e-mail: byron.faison@us.af.mil. �� Alternate: �Brian Hawk, Contracting Officer, Phone (843) 963-5165, e-mail: �brian.hawk@us.af.mil. Place of Performance: Joint Base Charleston, SC - Naval Weapons Station, Charleston, SC Postal Code: �29445 Country: �USA
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b9f7d40351e44557ad05d0e1c26c4091/view)
- Place of Performance
- Address: Goose Creek, SC 29445, USA
- Zip Code: 29445
- Country: USA
- Zip Code: 29445
- Record
- SN06225853-F 20220128/220126230110 (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 |