Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2024 SAM #8233
SOURCES SOUGHT

Y -- Install Overhead Protection for K9 Training Area

Notice Date
6/10/2024 1:45:35 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA3099 47 CONF CC LAUGHLIN AFB TX 78843-5101 USA
 
ZIP Code
78843-5101
 
Solicitation Number
MXDP24-1003
 
Response Due
6/17/2024 1:00:00 PM
 
Archive Date
07/02/2024
 
Point of Contact
Hayley Fenstermaker, Phone: 8302985280, TSgt Christopher L. Robinson, Phone: 8302984879
 
E-Mail Address
hayley.fenstermaker.1@us.af.mil, christopher.robinson.52@us.af.mil
(hayley.fenstermaker.1@us.af.mil, christopher.robinson.52@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Update: Please see attached document for a draft Statement of Work (SOW) with more information on the requirement. Any attachments mentioned in the SOW will be posted in the solicitation along with the finalized SOW.� Please note the magntiude of this prodject is: Between $500,000 and $1,000,000. SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is MXDP24-1003 and shall be used to reference any written responses to this source sought. Laughlin Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 236220. The size standard for NAICS is $45,000,000. The requirement is to provide: All labor, equipment, and materials to install overhead protection at the K9 Training Area. Work will include, but is not limited to, installing footings, lightning protection, and the structure to support the metal panel roofing along with bird netting, gutters, and downspouts. The Contractor shall furnish all materials, labor, tools, equipment, transportation, and all other incidentals necessary to complete the work to install overhead protection over the K9 training area and turf.� This Project is a design-build contract. The Contractor shall be responsible for a complete 100% design and for the construction of the design.� Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail addresses: christopher.robinson.52@us.af.mil and hayley.fenstermaker.1@us.af.mil and/or by mail to 171 Alabama Avenue, Laughlin AFB TX, 78843-5102. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN __17 June 2024____. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4dc23fb88f834968b795814f270b0914/view)
 
Place of Performance
Address: Laughlin AFB, TX 78843, USA
Zip Code: 78843
Country: USA
 
Record
SN07092312-F 20240612/240610230120 (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.