Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2008 FBO #2300
SOURCES SOUGHT

Y -- Seeking Section 8a, HUB Zone, Service-Disabled Veteran-Owned Small Business, and Emerging Small Businesses, to compete and perform a Construction IDIQ MATOC for maintenance, repair, construction and design-build services.

Notice Date
3/12/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
106 RQW/LGC, Francis S. Gabreski Airport (ANG), Building 250, Westhampton Beach, NY 11978-1201
 
ZIP Code
11978-1201
 
Solicitation Number
W912PQ-08-R-0009
 
Response Due
4/18/2008
 
Archive Date
6/17/2008
 
Point of Contact
Fred Rodriguez, 631-723-7562
 
E-Mail Address
Email your questions to 106 RQW/LGC
(fred.rodriguez@nysuff.ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Information Needed: SOURCES SOUGHT SYNOPSIS: Market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the Secti on 8a, Historically Underutilized Business Zones (HUB Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Emerging Small Businesses, to compete and perform a Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Ord er Contracts (MATOC) for maintenance, repair, construction and design-build services at the 105th Airlift Wing, Stewart ANGB, 1 Maguire Way, Newburgh, NY 12550 and 106th RQW, 150 Riverhead Rd., Gabreski Airport, Westhampton Beach, NY 11978. Any future ann ouncement for a contract from this information will be for Infrastructure Construction required to support Military Construction Projects at the 105th Airlift Wing at Newburgh, NY and the 106th Rescue Wing at Westhampton Beach, NY. Note that firms will not be required to perform at both places as companies will have the opportunity to participate at either one of the bases or both. Government is seeking qualified, experienced sources capable of performing infra structure construction work t o support military projects within, but not limited to, the Newburgh NY and Westhampton Beach NY area. A. Scope of Work: General over all scope of work for acquisition is intended to provide for construction site infrastructure work. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities , site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities, surveys, studies, design-build and other related work. The primary location for work is 105th Airlift Wing at Newburgh, NY and the 106th Rescue Wing at Westhampton Beach, NY. All will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. Work will be conducted i n strict accordance with contract and all applicable Federal, State, and Local Laws, Regulations, Codes, and Directives. Work will also provide related services such as preparing and submitting required reports, performing administrative work, and submitti ng necessary information as specified under contract and within each individual task order. B. Nature of Work: Construction work necessary for requirements will be procured through a Sealed-Bid, Low-Bid process, then awarded as Construction Task Orders. The Construction MATOC Contractor shall furnish all labor, materials, equipment, and supervision required to fully complete each task order. C. Program Intent: Execution of site infrastructure work under Military Construction will be accom plished utilizing Multiple Award Task Order Contracts. D. Additional Program Information: Much of work will be at the 105th Airlift Wing at Newburgh, NY and the 106th Rescue Wing at Westhampton Beach, NY. It is anticipated multiple projects ma y be awarded simultaneously to selected construction companies. Firms shall demonstrate adequate team capacity to coordinate, construct, and manage multiple task orders concurrently to meet required milestones. The North American Industry Classification System (NAICS) code for this work is 236220 and 237990. The small business size standard is $31.0 million average annual revenue for the previous three years. Anticipated task order contracts will consist of a Base Award Period of two (2) calendar years, and 3 one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. Task orders will range from $2,000.00 to $ 3,000,000.00. The total of individual task orders placed against this contract shall not exceed $20,000,000 to any one contractor. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evalua ted on Past Performance, Technical, and Price Evaluation of a Prototypical Project. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the prototypical project to be considered for award. The prototy pical project will be used to evaluate the price proposal and portions of the technical proposal and may be awarded if funds are available Government is requesting members of the Section 8a, Historically Underutilized Business Zones (HUB Zone), Serv ice-Disabled Veteran-Owned Small Business (SDVOSB), and Emerging Small Business Community that are interested shall furnish following information: 1. Company name, address, point of contact, telephone number, and email address. 2. Type of Small Busi ness Community member (Section 8a, Historically Underutilized Business Zones (HUB Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Emerging Small Business) 3. Provide a general statement of your capabilities and demonstrate the capacit y to perform the work to include Bonding Capacity, i.e., single project bonding, total bonding. 4. Demonstrate specialized experience and technical competence in construction of site development and demonstrate a minimum of three examples within past 5 years. Include name, address, telephone number, and email address of references. Also, provide a brief description of work performed, contract number, total contract value, and period of performance. Contracts must be same or similar to work described in this announcement. 5. Construction Firms, including joint ventures, will be required to show they can perform all aspects of work, either by their in-house capabilities or through their subcontractors capabilities. THIS NOTICE IS FOR INFORMATI ON ONLY. The information you are submitting are responses to the above five questions. Existing and potential Joint-Ventures, Mentor Program and teaming arrangements are acceptable and encouraged. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. E-Mail responses to this request are preferred and should be sent to Fred Rod riguez at: fred.rodriguez@nysuff.ang.af.mil. ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL. The due date and time for responses to this announcement is 2:00 pm EST, 18 April 2008. This is not a request for proposal and does not constitute any commitment by the Government.
 
Place of Performance
Address: 106 MSG/MSC Francis S. Gabreski Airport (ANG), Building 250, Westhampton Beach NY
Zip Code: 11978-1201
Country: US
 
Record
SN01530809-W 20080314/080312224544 (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  © 1994-2020, Loren Data Corp.