B106 - Renovation

Agency: DEPT OF DEFENSE
State: New Mexico
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159749398293985
Posted Date: Jul 12, 2023
Due Date: Jul 18, 2023
Solicitation No: B106
Source: Members Only
Follow
B106 - Renovation
Active
Contract Opportunity
Notice ID
B106
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFSOC
Office
FA4855 27 SOCONS LGC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 11, 2023 04:34 pm EDT
  • Original Response Date: Jul 18, 2023 07:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Clovis , NM 88101
    USA
Description

1. The 27 Special Operations Contracting Squadron (27 SOCONS) is seeking information concerning the availability of capable contractors to provide non-personal services as follows by 18 July 2023:



2. Description of Services: The scope of work includes renovation on Building 106. Work includes, but is not limited to, installation of 12’ rollup hangar door, construction of a concrete ramp to meet ADA standards, painting fire lane markings and white divider lines between outdoor workstations, installing electrical drops, installing new electric central air system (heating and cooling) with exposed ducts, and installation of two large ceiling mounted bay fans. Work to additionally include installation of Wet Pipe Sprinkler system, ensuring that the building meets all current fire codes with smoke and heat detectors, and emergency exit signage. Work finally includes installation of indoor permanent emergency shower/eyewash station and plumbing, repair of existing emergency shower/eyewash station, demolition & replacement of two existing door frames and cleanup/prep of all existing exposed concrete floors. All work will take place in Building 106. All work to be done in accordance with EPA regulations, 40 CFR Part 763, Subpart G, and all applicable rules and regulations resulting in a complete and useable facility.



a. NAICS: 236220 – Commercial and Institutional Building Construction



b. PSC: Z2AA – Repair or Alteration of Office Buildings



c. S/B Size Standard in millions of dollars: $45.0



d. Estimated Magnitude of Construction: Between $1,000,000 and $5,000,000



3. This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with Government personnel other than those specified in this RFI by potential offerors or their employees’ regarding this project is prohibited.



4. The Capability Statement should include general information, past performance and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is requested:



a. Company Cage Code, UEID, name, address, point of contact, telephone number and e-mail address.



b. Bonding capability.



c. Any small business status (8(a), HUB Zone, Disable and/or veteran-owned, women-owned, etc).



d. Indicate your role as “Prime Contractor” and what functions for which you plan to self-perform as a percentage of the total and those which you intend to use subcontractors.



e. If you indicated your roll will be a “Subcontractor” on Question 4, please indicate which functional areas you intend to cover.



f. Indicate if your company primarily does business in the government and/or commercial sector.



g. Indicate which NAICS code(s) your company usually performs under for government contracts.



5. For your business to be considered as a potential vendor for set aside purposes you must submit a Capability Statement as requested by this notice. Failure to do so may result in your business category not being considered as part of a decision by the government to set aside. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.



6. If your firm is capable of providing the requirements described above, please provide a Capability Statement to the contract administrator and contracting officer by the deadline indicated in this sources sought.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 575 784 2321 110 ALISON AVE BLDG 600
  • CANNON AFB , NM 88103-5321
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 11, 2023 04:34 pm EDTSources 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 >