Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOURCES SOUGHT

Z -- RKMF 10-0091, Repair Rooms 120 & 124 for Predator Ops CAOC-N, Building 202, Nellis AFB, NV

Notice Date
7/27/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-10-R-A048
 
Point of Contact
Mrs. Christina C. Wright, Phone: (702) 652-8482, Matthew Leonard, Phone: (702) 652-9119
 
E-Mail Address
christina.wright@nellis.af.mil, Matthew.Leonard@nellis.af.mil
(christina.wright@nellis.af.mil, Matthew.Leonard@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The 99th Contracting Squadron, Nellis AFB, is conducting a MARKET SURVEY to determine the interest and capability of HUBZone, 8(a), and Service-Disabled Veteran-Owned small business firms in NAICS Code 236220 for project RKMF 10-0091, Repair Rooms 120 & 124 for Predator Ops COAC-N, Building 202, Nellis AFB, NV. PROJECT DESCRIPTION: Work shall consist of furnishing all labor, supplies, materials, supervision, transportation, equipment, site preparation and all else to upgrade facility to meet relocation requirements for 432d Wing Operations. Construct/repair SCIF and install a separating wall in room 124 to meet STC 50 requirements. This will include changing of the hardware on two interior doors to be exit only and alarmed separately from the CAOC main alarm system. All doors shall be alarmed with balance magnetic switches, motion sensors, and card swipe access. Install white noise generators, man-bars and inspection ports on ventilation ducts, and seal/caulk all wall openings. Install power phone and communication cabling to support (SIPR, NIPR, JWICS, and other NETWORKS for Predator Operations. All construction must meet JAFAM 6/9 and DCID 6/9 standards. Magnitude of Construction: Between $500,000 and $1,000,000 RESPONSE: Response is solicited from (1) SBA certified small business HubZone firms; (2) small business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) service-disabled veteran-owned small business firms; (4) small business firms; and (5) large business firms. A firm is considered small if their average annual receipts for the preceding three (3) fiscal years were less than or equal to $33.5 Million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (3) above to determine that award of this project can be made at a fair market price, the solicitation may be issued as unrestricted without further consideration. Request interested firms (regardless of size) submit (1) NAME, ADDRESS, and PHONE NUMBER of the firm (including CAGE code); (2) a CAPABILITY STATEMENT [including (a) a summary of RECENT (within the last three fiscal years), RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor, etc.) they performed the work; (3) their SIZE STATUS; and (4) the PERCENT OF WORK their firm can commit to accomplishing this work with in-house (not subcontracted) labor if awarded the contract. This is NOT a request for proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. The solicitation will be posted on the Federal Business Opportunities website (FedBizOpps at http://www.fbo.gov) and no paper copies will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-10-R-A048/listing.html)
 
Place of Performance
Address: Building 202, Nellis AFB, Nevada 89191-7063, United States
Zip Code: 89191-7063
 
Record
SN02219499-W 20100729/100727235839-55f327d26730f97c6dc9f5ecbb5ec318 (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.