SOURCES SOUGHT
99 -- Install Automatic Doors
- Notice Date
- 2/26/2024 9:44:55 AM
- Notice Type
- Sources Sought
- Contracting Office
- W7MX USPFO ACTIVITY CAANG 146 PORT HUENEME CA 93041-4011 USA
- ZIP Code
- 93041-4011
- Solicitation Number
- W50S7524BX0003
- Response Due
- 3/2/2024 12:00:00 PM
- Archive Date
- 03/17/2024
- Point of Contact
- Ricardo Macias
- E-Mail Address
-
ricardo.macias.3@us.af.mil
(ricardo.macias.3@us.af.mil)
- Description
- Project Information This Sources Sought Solicitation is being issued in accordance with Federal Acquisition Regulation (FAR) Part 10, Market Research. The purpose of this posting is to gain knowledge of potential sources for this project including interested Small Business Concerns. Its sole purpose is to provide information for planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Government. The Government welcomes responses from all interested parties; however, no decision or award of contract will be made based on responses from industry. The Government will not pay for the preparation of, nor the subsequent use of, information submitted in response to this Solicitation. Respondents will not be notified of the outcome of the Government�s review of the information received. Additionally, the Government does not intend to hold discussions concerning this Solicitation with any interested parties but reserves the right to contact vendors if additional information is required for clarifications as it pertains to the Solicitation. The 146th Airlift Wing, California Air National Guard may issue a solicitation and award a contract for the project titled, �Install Automatic Doors"", subject to the availability of funds. Under this requirement, the successful contractor would provide non-personal services, to include all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary to: Install Automatic Doors in three different buildings at Channel Islands ANGS. Contractor shall demo and dispose of two (2) sets of existing store front doors. Contractor shall provide and install one (1) four panel automatic sliding door in newly created existing opening. The new usable entrance shall measure approximately 75� wide. The Low Energy Door Operator will have settings to adjust hold open time, opening and closing speed, and override switches 4 to disable door functions for locking purposes. Interior and exterior of the door will have motion sensors with adjustable distance. Doors shall have the ability to be securely locked. Contractor shall provide One (1) new Low Energy Door Operator for existing Door Set. The Low Energy Door Operator will have settings to adjust hold open time, opening and closing speed, and override switches to disable door functions for locking purposes. Contractor shall install two (2) Interior and exterior wireless touch-free opening sensors. Doors shall have the ability to be securely locked. Pursuant to FAR 36.204, the anticipated magnitude of construction is between $25,000 and $100,000. The applicable North American Industry Classification System (NAICS) code for this project is 236220, Commercial and Building Construction. The Small Business Administration small business size standard for this industry is $45,000,000. All interested concerns will submit a written notice, not to exceed five (5) pages, stating the concern�s positive intention to submit a proposal as a prime contractor no later than the deadline posted with this notice. Responses to this Solicitation should include the following information: 1. A positive statement of intent to submit a proposal as a prime contractor; 2. A listing of projects completed during the past five (5) years for both Government and private industry. The list should provide the type of project, dollar value, contract number, location, and point of contact. Also, please indicate whether the firm was a prime or subcontractor�if the firm was a subcontractor, please provide a point of contact with the prime contractor; 3. Total Bonding capacity/Bonding capacity per project: 4. A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract; and 5. Demonstration of the firm�s socioeconomic status (i.e., SB, 8(a), HUBZone, EDWOSB, WOSB, SDVOSB, etc.), and size. If adequate small business firms are not available for adequate competition for this project, it may be advertised as an unrestricted solicitation. Submit responses directly to william.tucker.32@us.af.mil and ricardo.macias.3@us.af.mil; telephone calls and facsimile responses will not be honored. Please reference the identification number and project title in the subject of your message. Please limit your responses to standard documents (i.e., Microsoft Office, Adobe PDF, etc.). Do not send compressed (i.e., .zip or .exe extension) or other file types as they will be stripped from your message.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/40c395da858f499a97c804ba4387363c/view)
- Place of Performance
- Address: Port Hueneme, CA 93041, USA
- Zip Code: 93041
- Country: USA
- Record
- SN06977500-F 20240228/240226230056 (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 |