Building 124 Repair Deficiencies
Agency: | DEPT OF DEFENSE |
---|---|
State: | New Mexico |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159990043271568 |
Posted Date: | Jun 8, 2023 |
Due Date: | Jun 22, 2023 |
Solicitation No: | CZQZ220023 |
Source: | Members Only |
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.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
- Original Published Date: Jun 08, 2023 02:22 pm MDT
- Original Response Date: Jun 22, 2023 02:00 pm MDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 07, 2023
-
Initiative:
- None
- 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:
Cannon AFB , NM 88103USA
MEMORANDUM FOR RECORD
SUBJECT: Sources Sought – Building 124 Repair Deficiencies
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:
2. Description of Services: Work to include abatement of asbestos in piping/pipe insulation. Per AFI 32-1052, 8.2 (Asbestos Removal), the installation must remove ACM (Asbestos-Containing Materials) that cannot be reliably maintained, repaired, or isolated and that is likely to become friable or not remain intact. Remove existing HVAC equipment and fully replace with new equipment including ventilation units, exhausters, evaporative coolers, fans, heaters, boiler, draft fan, expansion tank, pumps, converters, air compressor, and associated accessories and piping. The current system has surpassed its life-cycle and does not provide an adequate working environment for personnel. Rewire thermostats and EMCS as necessary. Repair any drywall damage. Renovate Men and Women’s restrooms to meet ADA standards. Facility utilization requires a water-supply repair. Flooring, smoke-detectors, heat-sensors, entry/exit doors, door-frames, roll-up garage door to all be replaced. Smoke-detectors and heat-sensors must be replaced to meet fire code and Air Force compliance/regulations. New paint needed on walls. Roof extremely outdated and past life-cycle. Roof repair needed. All repairs must be done in order for the facility to be utilized for occupancy. All work to be done in accordance with AF regulations and all applicable rules resulting in a complete and useable facility. Sustainable principles, to include life cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with UFC 1-200-02.
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: $45M
d. Estimated Magnitude of Construction: Between $500,000 and $1,000,000.
4. 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. All attachments to this notice are draft and provided for informational purposes only. 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.
5. 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 5 section d, 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.
6. 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.
7. 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.
IMPORTANT NOTICE:
IAW DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. Contractors are required to implement NIST SP 800-171. At time of award, the awardee must be registered in the Supplier Performance Risk System (SPRS) at the time of award and have at least a Basic NIST SP 800-171 DoD Assessment that is not more than 3 years old.
JERMAYNE G. GORDON, SSgt, USAF
Contracting Specialist
- CP 575 784 2321 110 ALISON AVE BLDG 600
- CANNON AFB , NM 88103-5321
- USA
- Jermayne Gordon
- jermayne.gordon@us.af.mil
- Phone Number 5757840042
- Charlee Maier
- charlee.maier@us.af.mil
- Jun 08, 2023 02:22 pm MDTSources 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.