SOURCES SOUGHT
Z -- Repair Flight Simulator Facility, B108
- Notice Date
- 4/21/2022 8:42:50 AM
- 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
- FA441822R0007
- Response Due
- 3/10/2022 9:00:00 AM
- Point of Contact
- Brian T. Hawk, Phone: 8439635165, Robert R. Melton, Phone: 8439635173
- E-Mail Address
-
brian.hawk@us.af.mil, robert.melton.6@us.af.mil
(brian.hawk@us.af.mil, robert.melton.6@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 Flight Simulator Facility, B108� Solicitation Number: � FA441822R0007 The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages from potential sources for planning purposes for the Repair Flight Simulator Facility, B108, at Joint Base Charleston, South Carolina. The scope of this project is to make mechanical HVAC repairs to existing systems and architectural repairs both interior and exterior to existing Building 108 at Joint Base Charleston (JBC). Building 108 is a fully operational C-17 Flight Simulator Facility central to the ongoing mission at JBC. The existing facility has four (4) active full motion flight simulators along with administrative areas all focused on C-17 training. The building has had numerous additions over time with the original facility built sometime in the mid-1980. This project is to provide HVAC repairs and modifications to meet the strict climate control criteria needed for the simulator operations and provide remedy to the existing problem of roof leaks throughout the facility. Also, site work to be completed includes re-grading storm water runoff on the northwest area of the building. A new trench drain system is to be located outside the northwest door to redirect storm water runoff away from the building and encourage sheet flow to existing swales and conduits. The anticipated performance time is 440 calendar days. The breakdown of this time is 45 days for submittals, 365 days for construction and 30 days for closeout documentation. Dollar magnitude for this contract is between $5,000,000 and $10,000,000. �The NAICS Code assigned to this acquisition is 236220 � Commercial and Institutional Building Construction 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 March 2022: 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 $10,000,000. 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 1 May 2022, at the https://sam.gov/content/home 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 https://sam.gov/content/home 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 March 2022, 12:00pm EST.� Points of Contact: Primary: �Brian Hawk, Contract Specialist, Phone (843) 963-5165, e-mail: brian.hawk@us.af.mil. �� Alternate: �Robert Melton, Contracting Officer, Phone (843) 963-5173, e-mail: �robert.melton.6@us.af.mil.� Place of Performance: Joint Base Charleston, SC Postal Code: �29404 Country: �USA
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/97de7fd732b6475bb25e2fa3bec0dc84/view)
- Place of Performance
- Address: Charleston AFB, SC 29404, USA
- Zip Code: 29404
- Country: USA
- Zip Code: 29404
- Record
- SN06304764-F 20220423/220421230117 (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 |