Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
MODIFICATION

Y -- Roof IDIQ Sources Sought

Notice Date
6/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
Langley_Eustis_Roof_IDIQ
 
Archive Date
7/2/2011
 
Point of Contact
Anthony Kilgallon, Phone: 7577647484
 
E-Mail Address
anthony.kilgallon@langley.af.mil
(anthony.kilgallon@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAIABLE AT THIS TIME. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS SOURCES SOUGHT. The 633d Contracting Squadron, Langley AFB, Virginia is seeking the interest of potential and eligible contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) roof repair, maintenance, alteration, and replacement contract. 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, supervision, management and other services necessary to accomplish non-complex minor construction, maintenance, repair and renovation work on real property with minimum design requirements at Langley AFB, Fort Eustis and surrounding federal installations. The 633d Air Base Wing 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. Every task order will be competed. The estimated magnitude of the entire contract is between $10M and $25M. North American Industry Classification System (NAICS) for this effort is 238160 (Roofing Contractors) and the Small Business Size Standard $14M. The description of work will be identified in each individual task order. Each contract awarded will contain a basic 12-month period with four 12-month option periods. Performance and payment bonds will be required per individual delivery order in accordance with Federal Acquisition Regulation Part 28. Potential offerors are encouraged to monitor the FedBizOpps website for program documents. Firms responding to this sources sought notice must (1) state whether they are 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 Business (SDB), Women-Owned Small Business (WOSB), 8(a) firm, HUB Zone firm, Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Black College and University or Minority Institution (HBVU/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) provide any other pertinent information which would enable the government to assess the capabilities of a firm. 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. Potential offerors should limit their responses to ten (10) pages (single spaced, 12 pt font). All information included in offeror responses should be specific to this Sources Sought synopsis. Responses to this Sources Sought announcement are due NLT 17 June 2010 by 5:00 PM EST. Late responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/Langley_Eustis_Roof_IDIQ /listing.html)
 
Place of Performance
Address: Joint Base Langley Eustis, VA, Joint Base Langley Eustis, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02464579-W 20110608/110606234222-578ff7cde0b8ba40cb9dde5894e965c1 (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.