Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
MODIFICATION

Z -- Add/Repair Passenger Terminal, Bldg. 164 - Amendment 2

Notice Date
1/25/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-15-R-0009
 
Point of Contact
Brittany A. Kempton, Phone: 8439635178, Useba Ford, Phone: 8439635174
 
E-Mail Address
brittany.kempton@us.af.mil, Useba.Ford@us.af.mil
(brittany.kempton@us.af.mil, Useba.Ford@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment #2 for Solicitation #FA4418-16-R-0002 - Add/Repair Passenger Terminal, Bldg. 164. THE SOLICITATION NUMBER FOR THIS PROJECT CHANGED FROM FA4418-15-R-0009 TO FA4418-16-R-0002 TO REPRESENT THE CURRENT FISCAL YEAR. THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: Add/Repair Passenger Terminal, Bldg. 164 - Joint Base Charleston, SC Solicitation Number: FA4418-16-R-0002 (Previously Solicited as FA4418-15-R-0009) The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages of potential sources to complete additions and repairs to the Joint Base Charleston Passenger Terminal - Building 164 at Joint Base Charleston, North Charleston, South Carolina. This sources sought is for planning purposes only. The work to be performed under this contract consists of complete renovation of existing Building 164 (approximately 33,000 square feet) and incidental related work. The work includes demolition, hazardous material abatement, site work, concrete, concrete masonry units (CMU), brick veneer, high profile metal over metal re-roof system, standing seam metal canopies, storefront system, insulation, metal studs, gypsum wallboard, paint, wallcovering, ceramic tile, natural stone, terrazzo tile, carpet, carpet tile, sheet vinyl, VCT, acoustical ceiling tile, playground equipment, baggage handling system, HVAC, plumbing, fire protection, electrical and communication system. The project also includes temporary modular space (approximately 12,500 square feet) to accommodate staff and customers during construction and all associated utilities. SPECIAL REQUIREMENTS/CONCERNS: Contract type will be Firm-Fixed Price. Capabilities are sought from Small, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining if this requirement can be set-aside. This requirement was previously solicited in FY14 under Solicitation number FA4418-14-R-0022. If you wish to view that solicitation and all associated documents for reference, please visit the FedBizOpps webpage at www.fbo.gov. Dollar magnitude for this contract is between $10,000,000 and $15,000,000. The anticipated performance time is 419 days. The NAICS Code assigned to this acquisition is 236220 (Commercial and Institutional Building Construction) with a Size Standard of $36.5M. NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status/statuses (SB, 8(a), SDVOSB or HUBZone). 8(a), SDVOSB, and HUBZone firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the three categories, this requirement may be set aside. Should an insufficient number of responses be received in the three categories, the requirement may be issued as unrestricted. Interested 8(a), SDVOSB, and HUBZone concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 16 April 2015. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. All interested Prime contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 3:00p.m. EST on 16 April 2015: AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under the applicable NAICS codes (SB, 8(a), SDVOSB or HUBZone). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles 3. Dollar amounts 4. Percent and description of work self-performed 5. Customer points of contacts with current telephone numbers. (d) Evidence of bonding capability of a minimum of $15,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested concerns. If adequate interest is not received from SB, 8(a), SDVOSB or HUBZone concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror. NOTES: (1) The solicitation, SOW and drawings will be available on the website on or about 19 June 2015, at the www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this sources sought. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. (6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. Contracting Office Mailing Address: 628 CONS/LGCB ATTN: SSgt Brittany Kempton 101 E. Hill Blvd Joint Base Charleston, SC 29404-5021
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-15-R-0009/listing.html)
 
Place of Performance
Address: 105 Bates Street, Building 164, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03999752-W 20160127/160125233755-032f21a13cf2d53c2fdda24c57a5d976 (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.