Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOURCES SOUGHT

Z -- B778 Repair Epoxy Flooring

Notice Date
11/7/2019
 
Notice Type
Sources Sought
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
FA449720RXXXX
 
Archive Date
12/7/2019
 
Point of Contact
Amari L. Holmes, Phone: 3026775213, SHARON D. M. FRASIER, Phone: 302-677-5545
 
E-Mail Address
amari.holmes@us.af.mil, sharon.frasier.2@us.af.mil
(amari.holmes@us.af.mil, sharon.frasier.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 436th Contracting Squadron at Dover Air Force Base, DE is conducting this Sources Sought to identify small business contractors who possess the capabilities to provide services as specified below and to determine their availability, capability and adequacy. The solicitation is not currently available. If your firm is interested in this requirement, is a qualified small business, and has performed similar projects, request you respond to the information shown below. An organization that is not considered a small business should not submit a response to this notice. Job Description: Repair Epoxy Flooring in Building 778. This project consists of providing all mobilization, safety of the site in accordance with the EM 385-1-1- USACE Safety Manual dated 30-Nov-2014, materials, equipment, disposal, clean up and demobilization necessary to re-epoxy the work area floor of B778 (approximately 15,600 SF). Clean, prep and sand to remove existing epoxy to bare concrete, provide manufacturers cut sheets, and provide a color choice chart with chip sample. The magnitude for this project is between $250,000 and $500,000. As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP) issued at a later date, determining whether any type of small business set-aside is possible for this procurement, and whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis may be used to aid in establishing small business subcontracting goals. This notice shall not be construed as an RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, therefore proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. Submission Instructions: Responses via email are due by 12:00 pm (EST) on 22 November 2019 to SrA Amari Holmes at amari.holmes@us.af.mil and Ms. Sharon Frasier at sharon.frasier.2@us.af.mil. Oral communications ARE NOT acceptable in response to this notice. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. Interested and qualified firms should respond to this sources sought notice with a capability statement. Your response must include the information requested below. Company Profile to include: • Company name and address; • A statement of your current business size status under NAICS code 238390 - Other Building Finishing Contractors, with a size standard of $16,500,000. • Two points of contact (names, titles, phone numbers and email addresses); • DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at https://beta.sam.gov/: and • Small Business designation/status (must correlate with SAM registration) (HUBZone Small Business Concern, Service-Disabled Veteran-Owned Small Business Firm, 8(a) Small Business Firm, Woman-Owned Small Business Firm, Economically Disadvantaged Woman-Owned Small Business, or Large Business Firm.) THIS SOURCES SOUGHT NOTICE SHOULD NOT BE CONSTRUED IN ANY MANNER TO BE AN OBLIGATION TO ISSUE A CONTRACT, OR RESULT IN ANY CLAIM FOR REIMBURSEMENT OF COSTS FOR ANY EFFORT YOU EXPEND IN RESPONDING TO THIS REQUEST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/FA449720RXXXX/listing.html)
 
Place of Performance
Address: Dover AFB, Dover, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN05491820-W 20191109/191107230736-7e216ee22b0bf425cafe0f8f591b72e9 (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.