Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2005 FBO #1438
SOURCES SOUGHT

54 -- Construct/Lease Two-Story Modular Facility (CENTCOM COALITION VILLAGE III)

Notice Date
11/1/2005
 
Notice Type
Sources Sought
 
NAICS
321992 — Prefabricated Wood Building Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
Reference-Number-CV3110105
 
Response Due
11/8/2005
 
Archive Date
11/23/2005
 
Description
The United States Central Command (USCENTCOM) is seeking sources to support a possible acquisition for a two (2) story temporary, re-locatable, modular facility (reference the ?GENERAL REQUIREMENTS? scope of work below). In support of this effort the 6th Contracting Squadron (6 CONS/LGCA) at Macdill AFB issues this Sources Sought Synopsis for information and planning purposes only. This Synopsis is not to be construed as a commitment by the government, nor will the Government pay for any information solicited. The purpose of this Sources Sought is to identify potential sources that are interested in and capable of performing the work described herein. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of information received. As a result of this notice, 6 CONS may issue a Solicitation/Request for Proposal (RFP). However, should such a requirement materialize, no basis for claims against 6 CONS or the government shall arise as a result of a response to this notice (e.g., use of such information as either part of its evaluation process or in developing specifications for any subsequent requirement). GENERAL REQUIREMENTS: Provide a two (2) story, 70,000 square foot (estimated), semi-temporary (re-locatable), steel framed modular facility to support the CENTCOM mission on MacDill Air Force Base. The facility will be provided on a 5 year lease (base year plus 4 one year options), with a purchase option. The exterior finish of the facility will be painted stucco and have fixed windows. Access ramps, stairs, and porches will be included. The interior finishes and fixtures will consist of gypsum board, carpet, vinyl composition tile (VCT), lay-in acoustical ceilings, with fluorescent fixtures. The facility must contain a complete fire suppression system (sprinklers) in accordance with applicable codes. The primary function of the building will be administrative space. It will be partitioned into approximately 60 small offices and several large offices / meeting areas. Sound attenuation will be provided on all interior walls. The facility will include men?s and women?s bathrooms. The building must meet applicable Florida Building Codes and will be elevated approximately 3 feet above the ground on concrete piles. All site and foundation work will be government provided. All facility power, heating and air conditioning (HVAC), water, and sewer service infrastructure will be the responsibility of the contractor. The Air Force is currently developing a Statement of Work/Specifications (complete with drawings) that will detail the requirements of the facility, and will be provided to interested bidders upon release of the RFP. The facility will be built and occupied in two (2) 35,000 SF phases to expedite use. Selection/evaluation Criteria as follows (based on weighted factors comprising a total 100 points): (35 points) Modular Building Experience in multi-story facilities from 40,000 to 200,000 SF; (35) Lease Cost/Pricing with option to purchase; (20) Schedule and Technical Approach; (10) DoD contracting experience. Evaluation factors are subject to change prior to issuance of solicitation. QUALIFICATIONS: The Contractor will have a ?Demonstrable Record? of successful past performance (go-no-go factor), recent relevant experience, and technical expertise, and other factors listed above. Please provide current technical capabilities. SUBMITTAL INFORMATION: Qualified interested offerors must respond electronically to TSgt Ric J. Sochor at ric.sochor@macdill.af.mil no later than fourteen (14) calendar days from the date of publication. NO PHONE CALLS WILL BE ACCEPTED. NAICS: 321992, Buildings, prefabricated and portable, wood, manufacturing. SET-ASIDE INFORMATION: Any resulting solicitation/RFP is anticipated for set-aside to HUBZONE firms, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB), veteran owned firms, and other small business concerns,if a sufficient number of subject firms are available and qualified. Interested Offerors must state their respective size status and/or socio-economic classification when responding to this synopsis. If pursued the Government reserves the right to set this acquisition aside for any of the above type organizations, based on the responses received.NOTE: This notice amends previous notice issued 25 Oct 05 changing NAICS code from 532120. All other information remains unchanged.
 
Place of Performance
Address: MacDill AFB FL
Zip Code: 33621
Country: USA
 
Record
SN00924427-W 20051103/051101211931 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.