Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2024 SAM #8124
SOURCES SOUGHT

Z -- Demolish Concrete Targets

Notice Date
2/22/2024 9:11:46 AM
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
FA2488 AFTC PZZA EGLIN EGLIN AFB FL 32542-6883 USA
 
ZIP Code
32542-6883
 
Solicitation Number
FA248824S0001
 
Response Due
3/8/2024 10:00:00 AM
 
Archive Date
03/23/2024
 
Point of Contact
John Sarver, Desiree Hernandez
 
E-Mail Address
john.sarver.2@us.af.mil, desiree.hernandez.2@us.af.mil
(john.sarver.2@us.af.mil, desiree.hernandez.2@us.af.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
This Request for Information (RFI)/Sources Sought Notice for Demolition of Concrete Targets services is issued in accordance with the Federal Acquisition Regulation (FAR) clause 52.215-3 (Request for Information or Solicitation for Planning Purposes - Oct 1997) and is published to obtain information and industry input for use by the Air Force Test Center (AFTC), Eglin Air Force. This Sources Sought is for information and planning purposes only. This notice does not constitute an Invitation For Bid or Request For Proposal and is not to be construed as a commitment by the Government. No costs will be paid for any charges incurred in responding to this Sources Sought. There is no bid package or solicitation document associated with this announcement.� The purpose of this RFI/Sources Sought Notice is to determine if there are capable Small Business 8(a) concerns interested in performing the following project. Project Description:� The work covered by these Specifications consists of furnishing all plant, labor, materials and equipment, and performing all operations in connection with the demolition and disposal of various reinforced concrete targets at Test Areas A-22, B-70, B-71, B-75, B-82, C-2, C-64, C-72, C-74, C-80 and other locations throughout the Eglin AFB Reservation.� Attachment �Drawings 24-TA-C74-01� is provided to show typical details of the types of targets to be demolished and removed but is not all inclusive of all target types to be demolished and removed.� Some targets to be demolished may vary in physical size, reinforcing steel size/spacing, structural steel size/layout/details, lifting lug size/spacing, and other details from that shown on the contract drawings.� Demolition of reinforced concrete targets shall be accomplished mechanically with equipment such as pneumatic or hydraulic jack hammers which can be hand held or equipment mounted. Wrecking balls, explosives or chemicals may not be used.� The contractor shall dispose of all rubble resulting from the demolition operations including but not limited to concrete, aggregate, reinforcing bars, lifting lugs, structural steel, tie wire, snap ties, polyethylene, wood and form materials. Disposal shall be off federal lands and disposal shall comply with all applicable federal, state, county and local laws. At least 40% by volume of the rubble must be diverted from landfills by reuse or recycling. Refer to �Specifications D-VE-24-01� for additional requirement details. The Government is contemplating a firm fixed priced, Indefinite Delivery Indefinite Quantity (IDIQ) contract awarded to a Small Business 8(a) firm. The North American Industry Classification System (NAICS) for this acquisition is anticipated to be �238910, �Site Preparations Contractors.�� The SBA size standard for this NAICS is $19,000,000. IAW FAR 36.204(f), the magnitude of the proposed construction is:�Between $1,000,000 - $5,000,000. The contract duration is estimated at 60 months.� �Base Year with four (4) one-year Option Years combined. Base Year performance period is 365 calendar days with each additional Option Year at 365 calendar days if exercised. Potential contractors must be registered in the System for Award Management (SAM) as an 8(a) firm to be eligible for award (https://www.sam.gov/portal/public/SAM/).� Potential contractors must also have current online Representations and Certifications on file with SAM. The Government is interested in businesses capable of meeting the requirements identified in this Sources Sought.� All interested parties must provide a response containing a written statement, confirming they can comply with the government�s needs as indicated in the attached DRAFT �Drawings 24-TA-C74-01� and �Specifications D-VE-24-01.� Responses should include: The Government requests that interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), small business status to the identified NAICS code, and Small Business 8(a) status. Provide your registered business� Unique Entity Identifier (UEI) and/or CAGE Code in your response. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by subcontractor partners.� Include a statement that the company holds all required certifications and licenses to perform this type of work or can obtain them prior to award of a contract in the State of Florida.� Provide the company�s Capability Statement stating your skills, knowledge, and equipment required to perform the specified type of work.� Provide enough detailed information for the Government to evaluate your technical approach for capability, sufficiency, and completeness. Provide evidence of successful completion and management of construction projects similar in scope and magnitude performed for the Government and commercial customers within the past five-years. Provide documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Provide name and address of company and a technical� and a contracting point of contracts (email address and phone numbers). Reference Sources Sought number. Funds are not presently available for this effort. The Government intends to procure services from a Small Business 8(a) concern but is under no obligation to do so. Contractors are highly encouraged to submit a package containing the contents outlined above by 08 March 2024, No Later Than 12:00 pm Central Daylight Time.� Submit responses to both: John Sarver at email: �john.sarver.2@us.af.mil; and, Desiree Hernandez at email: desiree.hernandez.2@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/399df466ba3e407bb5c9464910c0b8c8/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06974690-F 20240224/240222230052 (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.