Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

B186 Renovation for OPFOR

Process Number CZQZ210036

USA

Dates:


Notice ID:

CZQZ210036

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

FA4855 27 SOCONS LGC

Office:

FA4855 27 SOCONS LGC

General Information:


All Dates/Times are:

(utc-07:00) mountain standard time, denver, usa

Updated Published Date:

(utc-07:00) mountain standard time, denver, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jan 19, 2022 12:00 pm mst

Inactive Policy:

15 days after response date

Initiative:
  • None***--***

Classification:


Product Service Code:

z2aa - repair or alteration of office buildings

NAICS Code:

236220 - commercial and institutional building construction

Description:


Original Set Aside:

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: The scope of work includes a partial renovation of B186 to house the Opposing Force (OPFOR) element of the 27 Special Operations Support Squadron (SOSS). Construction Drawings for all work shall be provided by the contractor to be approved by the Government before work start. Work includes but is not limited to refinishing of the concrete floors, replacement/installation of carpet, new paint and cove base, minor drywall repairs, weather stripping installation, roll up door repairs/replacement, exhaust fan installation, mini-split HVAC unit installation, surface mounted lighting installation, new door penetration and installation, and minor electrical upgrades to support 20 workstations and a metal 3D printer. a. NAICS: 236220 - Commercial and Institutional Building Construction b. PSC: Z2AA - Repair or Alteration of Office Buildings c. S/B Size Standard: $39,000,000 d. Estimated Magnitude of Construction: Between $500,000 and $1,000,000 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. 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. 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, DUNS, 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. 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.

Attachments / Links:


Document Size Updated date Download

Contact Information:


BLDG 600 CP 575 784 2321 110 ALISON AVE

CANNON AFB , NM 88103-5321

USA

Primary Point of Contacts:

Nicholas Hazelett

Secondary Point of Contact:

Tri Dinh