SOURCES SOUGHT
99 -- CONSTRUCT INTERIM BUILDING FOR F-35 PSC/XRL
- Notice Date
- 2/28/2023 6:40:07 AM
- Notice Type
- Sources Sought
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
- ZIP Code
- 32542-5418
- Solicitation Number
- FTFA20JR07
- Response Due
- 3/15/2023 10:00:00 AM
- Point of Contact
- Mary Hallmon, Phone: 8508820298, Elona N. Jarrell
- E-Mail Address
-
mary.hallmon@us.af.mil, elona.jarrell.1@us.af.mil
(mary.hallmon@us.af.mil, elona.jarrell.1@us.af.mil)
- Description
- SOURCES SOUGHT NOTICE 28 February 2023 PROJECT TITLE: CONSTRUCT INTERIM BUILDING FOR F-35 PSC/XRL PROJECT NUMBER: FTFA 20-JR07 The United States Air Force (USAF), Air Force Test Center (AFTC) at Eglin AFB, FL is currently conducting market research seeking capabilities statements from potential sources, including Small Businesses (SB), Small Disadvantaged Business (SDB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman- Owned (WOSB), and Service Disabled Veteran Owned (SDVOSB) small businesses, that are capable of providing construction services to Construct Interim Building for F-35 PSC/XRL at Eglin AFB, Florida. All interested vendors shall submit a response demonstrating their capability to Construct Interim Building for F-35 PSC/XRL to the Primary Point of Contact (POC) listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government�s discretion. The NAICS Code assigned to this acquisition is 332311 Prefabricated Metal Building and Component Manufacturing, with a size standard of 750 employees. DESCRIPTION OF WORK: The purpose of this project is to PURCHASE and NOT LEASE from a company that manufacturer�s modular building units that are experienced in the SAPF/SCIF ICD 705 construction and have an accredited secure facility in to perform this work. An appointed government security representative will inspect and approve the facility and periodically inspect the construction of the modules at critical moments prior to concealment, as they progress. The appointed government security representative will be allowed facility access at any time and may task the manufacturer with producing photographic documents during the process. This is a temporary, pre-engineered modular structure of approximately 13,800 interior square feet, one story, administrative facility for PSC/XRL. The typical modular unit is 13�-9� x 70�-0�, with free-span interior, there will 14 of these �ganged together�, with an additional half-module serving as a mechanical room. This new facility will be a SAPF with select areas designed to ICD 705 standards. Interior spaces will include open and private offices, conference rooms, work rooms, a break room, storage, and latrines. Additionally, there are typical building support functions including mechanical, electrical, fire protection and communications equipment rooms. The interior finishes consist of acoustical ceiling tile including a moisture resistant tile for wet areas, impact resistant acrylic corner guards, porcelain tile on flooring and walls, acrylic/silicone resin grout, modular carpet tile, heavy duty walk off carpet tile, luxury vinyl tile planks, static dissipative tile for the Comm Room, painted walls, trim and ceilings, plastic laminate casework, thermoplastic rubber wall base, acrylic signs, HDPE toilet partitions, solid surface counter tops, and factory stained doors. The FF&E shall be procured and installed by general contractor. Refer to the SID and FF&E packages and notes on the Interior drawings for more details. The magnitude is between $10,000,000 and $25,000,000. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, SDB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).� Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set- aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract. No set- aside decision has been made. If a decision to set aside for small businesses is made, interested parties are reminded of the percentage requirements within FAR Clause 52.219-14 (15% for general construction and 25% for construction by special trade) will apply.� Any information submitted by respondents to this Sources Sought is voluntary. This Sources Sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government�s assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a Set-Aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement by providing past performance documentation specifically related to prefabricated metal building and component manufacturing and that 332311 NAICS code is your company�s primary code. Respondents should provide at a minimum two (2) past projects where the main discipline was prefabricated metal building and component manufacturing.� Specifically, the government is seeking contractors whose primary NAICS is 332311. Responses must not exceed 15 pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing or performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses shall be submitted electronically to the following e-mail address: mary.hallmon@us.af.mil� and elona.jarrell.1@us.af.mil.� All correspondence sent via email shall contain a subject line that reads FTFA 20-JR07 Construct Interim Building for F-35 PSC/XRL. If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf type files are included in your submittal. RESPONSES ARE DUE NO LATER THAN 1:00 P.M. (CST) 15 March 2023 Direct all questions concerning this requirement to Mary Hallmon at mary.hallmon@us.af.mil and elona.jarrell.1@us.af.mil.� The NAICS code for this procurement is 332311. �Registration under this NAICS code is required.� All firms should be certified in the System for Award Management (SAM) located at�https://www.sam.gov/ NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT NOTICE.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81544f86c4e44882adf38f056296a8dd/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN06604588-F 20230302/230228230113 (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 |