Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2025 SAM #8602
SOURCES SOUGHT

Z -- Building 220 Repair Roof - Fire Station

Notice Date
6/13/2025 8:43:15 AM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
FA3099 47 CONF CC LAUGHLIN AFB TX 78843-5101 USA
 
ZIP Code
78843-5101
 
Solicitation Number
FA3099-25-Q-1010
 
Response Due
6/20/2025 12:00:00 PM
 
Archive Date
07/05/2025
 
Point of Contact
Jesus A. Perez, Phone: 8302985175, SSgt Ian Monis, Phone: 8302984190
 
E-Mail Address
jesus.perez.3@us.af.mil, ian_jenne_sai.monis@us.af.mil
(jesus.perez.3@us.af.mil, ian_jenne_sai.monis@us.af.mil)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Reference number is FA309925Q1010 and shall be used to reference any written responses to this source sought. Laughlin Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 238160. The size standard for NAICS is $19.0M. The requirement is to provide: Design and Construction to repair by replacing the roof of Building 220, approximately 21,000 square feet. Work may include providing all materials, labor, tools, equipment, transportation, and all other incidentals to complete the work outlined in the Statement of Work (SOW) to install a new Ethylene Propylene Diene Monomer (EPDM) Roof system to replace the existing Asphalt Blanket Rolled Membrane Roof System, flashing and trim. The Source Selection strategy for this procurement is undetermined at this time. Rough DRAFT SOW is attached. When responding please include in your capabilities package your Unique Identification Code, Cage Code, System for Award Management expiration date, and any other supporting documents. NOTE: We are interested in any small business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail addresses: jesus.perez.3@us.af.mil and ian_jenne_sai.monis@us.af.mil. RESPONSES ARE DUE NO LATER THAN Friday, June 20, 2025. Future information about this acquisition, including the issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. Summary of Key Information for Potential Offerors: Reference Number: FA309925Q1010 (Use this in all communications) Requirement: Design and Construction to replace the roof of Building 220 at Laughlin AFB. NAICS Code: 238160 (Roofing Contractors) Size Standard: $19.0 Million Business Status: The Government is interested in all Small Businesses that are capable of meeting this requirement, including 8(a), HUBZone, SDVOSB, WOSB, VOSB, and general Small Businesses. Submission: Submit a capabilities package (5-page limit) with the requested information. Deadline: Friday, June 20, 2025 Submission Email: jesus.perez.3@us.af.mil and ian_jenne_sai.monis@us.af.mil Important: Register in SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b13b457d3a554f9ea0bc45b3048dadde/view)
 
Place of Performance
Address: Laughlin AFB, TX 78843, USA
Zip Code: 78843
Country: USA
 
Record
SN07477658-F 20250615/250613230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.