Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2024 SAM #8151
SOURCES SOUGHT

99 -- Repair Vehicle Wash Rack B1601 and Waterline Leaks

Notice Date
3/20/2024 10:32:16 AM
 
Notice Type
Sources Sought
 
Contracting Office
W7MX USPFO ACTIVITY CAANG 146 PORT HUENEME CA 93041-4011 USA
 
ZIP Code
93041-4011
 
Solicitation Number
W50S7524BX0004
 
Response Due
3/29/2024 10:00:00 AM
 
Archive Date
03/30/2024
 
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, �Repair Vehicle Wash Rack B1601 and Waterline Leaks"", 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: Demolish and haul off-site existing 35� x 25� concrete wash rack pad to include associated 3/4-inch waterline up to B1601 (approx. 95 feet), sump drain, electrical conduit up to nearest junction box, associated asphalt surfaces, curb section, and above ground electrical and water fixtures. Provide new 35� x 25� x 9� Plain Cement Concrete (PCC) wash rack to include new 3/4-inch waterline, sump drain, electrical conduit/wiring, and above ground electrical and water fixtures. Replace existing waterline service from B1601 to vehicle wash rack with new 3/4-inch PVC waterline and two (2) above ground fixtures/hose bibs. Provide a 4-foot-tall CMU wall to serve as protection for the above ground electrical and water fixtures. Pursuant to FAR 36.204, the anticipated magnitude of construction is between $100,000 and $250,000. The applicable North American Industry Classification System (NAICS) code for this project is 236220/PSC Z2JZ, 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/d621da2cda1040fc8418a29b94b45d91/view)
 
Place of Performance
Address: Port Hueneme, CA 93041, USA
Zip Code: 93041
Country: USA
 
Record
SN07004027-F 20240322/240320230105 (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.