Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOURCES SOUGHT

Z -- INSTALLATION SUPPORT

Notice Date
5/16/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238, UNITED STATES
 
ZIP Code
32925-3238
 
Solicitation Number
Reference-Number-SS20070516
 
Response Due
6/6/2007
 
Point of Contact
Tammy Davis, Contract Specialist, Phone 321-494-9951, Fax 321-494-6193, - Sherri Richardson, Contracting Officer, Phone 4-5229, Fax 4-6193,
 
E-Mail Address
tammy.davis@patrick.af.mil, sherri.richardson@patrick.af.mil
 
Description
SOURCES SOUGHT FOR CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT (IDIQ). This is a Sources Sought announcement, a market survey for written information only. This market survey is being conducted to identify potential sources interested in providing work which includes all materials, labor, tools, equipment, transportation, and supervision, management and other services (including engineering/technical design support) necessary to accomplish non-complex minor construction, maintenance, repair, and renovation work on real property with minimum design requirements at the 45th Space Wing (SW) and Kennedy Space Center (KSC) facilities. Approximately 75% of the work will be done on Cape Canaveral Air Force Station (CCAFS), Florida, with provisions to include work at Kennedy Space Center (KSC), Patrick Air Force Base (PAFB), Antigua Air Station, Ascension Auxiliary Airfield and auxiliary sites in Florida. The 45th Space Wing (SW) is seeking U.S. Small Business Administration (SBA) certified 8(a) firms with current relevant qualifications, experience, personnel, and capability to perform at various installations and facilities at locations serviced by 45th Space Wing and Kennedy Space Center. The Government is seeking those firms with a demonstrated history of relevant construction experience where the primary focus is on IDIQ type contracts with simultaneous performance of multiple projects at differing locations similar to the task order value that will be executed under this contract. Task Orders will be firm fixed price with a targeted award range of $2,000 to $600,000 with a minimum of $2,000 and a maximum of $1,000,000. A firm fixed price IDIQ contract with a base year and four (4) options; magnitude estimate is $50 million to $100 million. Multiple awards are not anticipated. North American Industry Classification System (NAICS) Code 236220; Small Business Size Standard is $31,000,000.00. Potential offerors are encouraged to monitor the FedBizOps website for program documents. Firms responding to this sources sought notice must (1) state whether they are a small or large business based on the size standard above; if applicable, identify subcontractors to be used and their anticipated responsibilities; (2) indicate all of the following small business status categories that apply: Small Disadvantaged (SDB), Woman-owned Small Business (WOSB), 8(a) firm, HUB Zone firm, Service-disabled Veteran-owned Small Business (SDVOB), Historically Black College and University or Minority Institution (HBCU/MI), (3) provide experience in the form of an outline of previous projects for specific relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of work, points of contact, and phone numbers; professional qualifications and specific experience of personnel identified to perform the work; and (4) any other pertinent information which would enable the government to assess a firms capabilities. Because the government reserves the right to set this acquisition aside for small business, 8(a) firms, HUB Zone firms or Service-disabled Veteran-owned Small Business based on the responses it receives, it is imperative that firms respond with the required information for capabilities to be accurately evaluated. Indicate if you plan on submitting under a Joint Venture Agreements (Joint Venture Agreements are allowable on competitive 8(a) set-asides) and if so, submit the names of companies planning to Joint Venture. Potential offerors should limit their responses to ten (10) pages. All information included in offeror responses should be specific to this Sources Sought Synopsis. Please respond to this Sources Sought announcement by 2:00 p.m. (Eastern Time) on 6 June 2007. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government, nor will the Government pay for information solicited hereunder. At this time, no solicitation exists. Submit all responses to this notice to the point of contact listed below. NO PHONE CALLS WILL BE ACCEPTED. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/45CONSb423/Reference-Number-SS20070516/listing.html)
 
Place of Performance
Address: CAPE CANAVERAL AIR FORCE STATION, FLORIDA
Zip Code: 32925
Country: UNITED STATES
 
Record
SN01296069-F 20070518/070516222126 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.