Demolition IDIQ
SOURCES SOUGHT NOTICE 10 June 2019 Project Title: Demolition IDIQ Eglin AFB, FL 32542 This is a Sources Sought Notice. This is NOT a pre-solicitation notice pursuant to FAR Part 5. The United States A... SOURCES SOUGHT NOTICE 10 June 2019 Project Title: Demolition IDIQ Eglin AFB, FL 32542 This is a Sources Sought Notice. This is NOT a pre-solicitation notice pursuant to FAR Part 5. The United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operational Contracting Office, Eglin AFB, Florida is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) that are capable of providing paving, grading drainage construction and other associated work. All interested vendors shall submit a response demonstrating their capability to providing paving, grading drainage construction and other associated work. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The estimated period of performance is one base year and four annual options with an estimated magnitude of this project of $15,000,000.00. The NAICS Code assigned to this acquisition is 238910/ Site Preparation Contractors, with a Small Business Size Standard of $15M. In general, the work under this contract consists of furnishing all labor, materials as required, travel, surveying, equipment and service, and performing all operations required, in accordance with Plans and Technical Specifications. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 10 pages. Responses shall be submitted electronically to the following e-mail address: stacia.milhous@us.af.mil with a courtesy copy to kathy.corbin@us.af.mil. All correspondence sent via email shall contain a subject line that reads Eglin AFB Demolition IDIQ. If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. All responsible sources may submit information that shall be considered by the agency. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Some of the factors that will be used to determine if a contractor's capability statement is sufficient to meet the government's need are listed below: 1. Work that consists of removal of existing hazardous materials to include asbestos-containing materials, lead base paint, fluorescent bulbs, lighting ballast and Freon from buildings and facilities. Contractor is responsible to thoroughly inspect the affected facility or part of the facility where the demolition or renovation operation will occur for the presence of asbestos, including Category I and Category II nonfriable ACM. 2. Removal, transportation and disposal of complete buildings, portions of buildings or other facilities and all debris from existing or demolished buildings. Have the capability of demolishing buildings of different floor plans that range from 100 to 10,000 square feet in size. 3. Contractor must obtain work clearances to include Base Civil Engineering Work Clearance Request (AF Form 103), Florida Department of Environmental Protection (FDEP) Notification, Utility Termination, and FDEP National Pollutant Discharge Elimination System (EPDES) Permit. RESPONSES ARE DUE NO LATER THAN 11:59 P.M. (CST) 26 June 2019. Direct all questions concerning this requirement to Ms. Stacia Milhous at stacia.milhous@us.af.mil. KATHY L. CORBIN Contracting Officer
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »