Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOURCES SOUGHT

Y -- BRAC A-10 Sound Suppressor Foundation

Notice Date
6/25/2009
 
Notice Type
Sources Sought
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Connecticut, 360 Broad Street, Hartford, Connecticut, 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-09-B-000X
 
Archive Date
7/21/2009
 
Point of Contact
Thomas E. Tortorella, Phone: 860-524-4840
 
E-Mail Address
thomas.tortorella@ng.army.mil
(thomas.tortorella@ng.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS BEING ISSUED FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT. The Connecticut National Guard is seeking 8(a) firms, HUBZone Small Businesses and Service Disabled Veteran Owned Small Businesses (SDVOSB) contractors who are capable of providing construction services for Bradley Air National Guard Base, East Granby, CT 06026. The Connecticut National Guard anticipates the solicitation and award of a contract to provide a "BRAC A-10 CIRF Sound Suppressor Foundation". The North American Industry Classification System (NAICS) code for this effort is 238120 and the Small Business Administration (SBA) size standard is $14,000,000. The magnitude of the project is between $1,000,001 and $5,000,000. The Contractor will provide all plant, labor, supplies, materials, equipment, transportation and supervision necessary to perform all work required in strict accordance with the detailed requirements of the technical specifications and plans. The following is a summary of work to be performed: BRAC A-10 CIRF Sound Suppressor Foundation: - Provide reinforced concrete foundations and support pad for T-9 suppressor and associated equipment. Provide for appropriate pavements to support engine test Centralized Intermediate Repair Facility (CIRF) operations for the A-10 aircraft. Provide all utilities, including water, fire water, electric, communications and alarm systems and other site improvements. Provide environmental capability as required. AS A MINIMUM, THE FOLLOWING MUST BE SUBMITTED: (a) Provide a copy of the certificate issued by the SBA of your qualifications as an 8(a) firm, HUBZone Small Business, or Service Disabled Veteran Owned Small Business (SDVOSB); (b) A positive statement of interest to submit a proposal as a prime contractor on a future solicitation for this service; (c) The current bonding capacity of your firm; (d) Evidence of three (3) recent experiences in work similar in type and scope to include contract numbers, project titles, dollar amounts, percent of work performed, description of work performed, and points of contact with current telephone numbers. All of the information above must be submitted in sufficient detail for a decision to be made on the availability of 8(a) firms, HUBZone Small Businesses and Service Disabled Veteran Owned Small Businesses (SDVOSB). Interested 8(a) firms, HUBZone Small Businesses, and Service Disabled Veteran Owned Small Businesses (SDVOSB) should indicate interest to the Contracting Officer, in writing as early as possible, but no later than 6 July 2009. Information shall be provided by e-mail to Major Thomas Tortorella at thomas.tortorella@ng.army.mil. Failure to submit all information requested may result in a contractor not being considered as an interested 8(a) firm, HUBZone Small Business, or Service Disabled Veteran Owned Small Business (SDVOSB). After completing its analysis, the Government will determine whether to limit competition among 8(a) firms, HUBZone Small Businesses, Service Disabled Veteran Owned Small Businesses (SDVOSB) or all Small Business firms or proceed with full and open competition as Unrestricted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-09-B-000X/listing.html)
 
Place of Performance
Address: Bradley Air National Guard Base, East Granby, Connecticut, 06026, United States
Zip Code: 06026
 
Record
SN01857493-W 20090627/090626000817-b65cd4d2d12a92aeddcef4591643a4c2 (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.