Renovate Blake Gym

Agency:
State: Mississippi
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159730103423939
Posted Date: Feb 14, 2024
Due Date: Feb 28, 2024
Source: Members Only
Follow
Renovate Blake Gym
Active
Contract Opportunity
Notice ID
MAHG191089
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR EDUCATION AND TRAINING COMMAND
Office
FA3010 81 CONS CC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 14, 2024 01:32 pm CST
  • Original Response Date: Feb 28, 2024 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2FB - REPAIR OR ALTERATION OF RECREATIONAL BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Biloxi , MS 39534
    USA
Description

This is a sources sought notice - This is not a request for proposal.



The 81st Contracting Squadron is contemplating a solicitation for work consisting of providing all equipment, labor, supervision and materials necessary in order to renovate Blake Gym at Keesler AFB, MS. The scope of work includes but is not limited to HVAC, plumbing, fire suppression, electrical systems, removal/repair of concrete masonry unit walls, restroom updates and miscellaneous interior finishing.



This notice does not constitute a promise to issue a solicitation in the future. Further, we are not at this time seeking proposals; therefore, DO NOT request a copy of a solicitation or submit a proposal as a result of this notice. Responders are advised the Government will not pay for any information or administrative costs incurred in response to this sources sought and that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party’s expense. Not responding to this sources sought does not preclude participation in any future solicitation, should one be issued. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. No basis for claim against the Government shall arise from a response to the notice. It is the responsibility of the interested parties to monitor the System for Award Management website for additional information pertaining to this sources sought.




  1. The Government is contemplating a firm fixed price contract.

  2. The North American Industry Classification System (NAICS) for this acquisition is anticipated to be 236220, Commercial and Institutional Building Construction. The SBA size standard for this NAICS is $45,000,000.00.

  3. IAW FAR 36.204, the magnitude of the proposed construction is:

    (f) Between $1,000,000 - $5,000,000.

  4. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award (https://www.sam.gov/portal/public/SAM/). Potential contractors must also have current Online Representations and Certifications on file with SAM.

  5. Potential contractors must have, at a minimum, a “Basic” assessment within the Supplier Performance Risk System (SPRS) in accordance with DFARS 252.204-7019 and 252.204-7020 at the time of award.

  6. The Government is interested in small businesses capable of meeting the requirements identified in this sources sought to include: 100% Total Small Business, 8(a), HUBZone, Service Disabled Veteran Owned Small Businesses, and Women Owned Small Businesses that are interested and capable of performing this requirement.

  7. The Government requests that interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size) to include business status; such as Small, 8(a), HUBZone, Service Disabled Veteran Owned Small Businesses, or Women Owned Small Businesses with any anticipated teaming arrangements (if any) and a description of similar services offered to the government and to commercial customers. Please include your Unique Entity Identifier (UEI) and/or CAGE Code in your response.

  8. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partners. All responses must also include a statement that the company holds all required certifications and licenses to perform this type of work or can obtain them prior to award of a contract especially in the State of Mississippi. The Government will use this information when determining its business type decision.

  9. The Government is specifically interested in:

    1. Identifying "Prime" contractors that are experienced in the construction/renovation of public buildings, recreational facilities and/or other related infrastructure construction industry projects.

    2. Provide evidence of successful completion and management of three or more construction/renovation and/or related infrastructure construction industry projects within the past five-years; and,

    3. Provide your bonding capacity per contract and aggregate.



  10. Funds are not presently available for this effort. The Government intends to post a solicitation for this project but is under no obligation to do so.

  11. Contractors are highly encouraged to submit a package containing the contents outlined above by 28 February 2024 at 12:00 pm Central Time. Responses may be submitted to Alicia Bowman at alicia.bowman@us.af.mil or to 81CONS.LGCB.Construction@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 228 377 3230 310 M ST BLDG 4605
  • KEESLER AFB , MS 39534-2701
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 14, 2024 01:32 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >