Construct Cryogenic Facility
This notice is posted in accordance with FAR 5.2 and 36.213-2 REQUEST FOR PROPOSAL - 16 April 2019 This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: DKFX 16-1037, Construct Cryoge... This notice is posted in accordance with FAR 5.2 and 36.213-2 REQUEST FOR PROPOSAL - 16 April 2019 This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: DKFX 16-1037, Construct Cryogenics Facility- Joint Base Charleston - Air Base, North Charleston, SC. Solicitation Number: FA4418-19-R-A024 Response Due Date: 18 April 2019, 2:00PM EST This FBO amendment will add questions and answer number 30, attached will be the revised Q&A sheet and an amended solicitation decribing the change. ----------------------------------------------------------------------------------------- This notice is posted in accordance with FAR 5.2 and 36.213-2 REQUEST FOR PROPOSAL - 15 April 2019 This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: DKFX 16-1037, Construct Cryogenics Facility- Joint Base Charleston - Air Base, North Charleston, SC. Solicitation Number: FA4418-19-R-A024 Response Due Date: 18 April 2019, 2:00PM EST This FBO amendment adds an ammended solicitation that changes the period of performance from 141 to 261 calendar days. it also adds the questions and answers from the site visit, Asbestos survey and the Geotech report. -------------------------------------------------------------------------------------- REQUEST FOR PROPOSAL 19 March 2019 Project: DKFX 16-1037, Construct Cryogenics Facility- Joint Base Charleston - Air Base, North Charleston, SC. Solicitation Number: FA4418-19-R-A024 Response Due Date: 18 April 2019, 2:00PM EST Site Visit: 2 April 2019, 9:30AM EST Site Visit Questions Due: 8 April 2019, 1:00PM EST Government Response to Question: 12 April 2019 ------------------------------------------------------------ Sources Sought closed: 5 February 2019 The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages of potential sources the construction of a new cryogenics facility, at Joint Base Charleston, Air Base, and North Charleston, South Carolina. This sources sought is for planning purposes only. The project will include demolition of the current Security Forces cryogenics facility, building 679, Joint Base Charleston (Air Force Base) and construction of a new facility at the same location to current Air Force standards. SPECIAL REQUIREMENTS/CONCERNS: Contract type will be Firm-Fixed Price. Capabilities are sought from Small Businesses, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining if this requirement can be set-aside. Dollar magnitude for this contract is between $250,000 and $500,000. The anticipated performance time is 180 days. The NAICS Code assigned to this acquisition is 236220 (Commercial and Institutional Building Construction) with a Size Standard of $15.0M NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. Firms responding shall indicate their size in relation to the NAICS size standard stated above, and indicate socio-economic status/statuses (SB, 8(a), SDVOSB, HUBZone, EDWOSB, or WOSB). 8(a), SDVOSB, HUBZone, EDWOSB, and WOSB firms will first be sought. If a response from two or more qualified firms are received for any of the categories, then this requirement may be set aside. All interested 8(a), SDVOSB, HUBZone, EDWOSB, and WOSB prime contractors should indicate interest by submitting a capabilities package to the point of contact listed below, no later than 3:00p.m. EST on 5 Febuary 2019 NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. All interested Prime contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 3:00p.m. EST on 5 Feb 2019: AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under the applicable NAICS codes (SB, 8(a), SDVOSB, HUBZone, WOSB or EDWOSB). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles 3. Dollar amounts 4. Percent and description of work self-performed 5. Customer points of contacts with current telephone numbers. (d) Evidence of bonding capability of a minimum of $500,000.00 All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested concerns. If adequate interest is not received from 8(a), 8(a), SDVOSB, HUB Zone, WOSB, EDWOSB, or SB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror. NOTES: (1) The solicitation, SOW and drawings will be available on the website on or about 7 March 2019, at the www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this sources sought. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. (6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. Contracting Office Mailing Address: 628 CONS/PKB ATTN: SSgt David Rios 101 E. Hill Blvd. Joint Base Charleston, SC 29404-5021 Original Point of Contact SSgt David Rios, Contract Specialist, Phone (843) 963-5176, FAX (843) 963-2829, e-mail: david.rios_chinas.1@us.af.mil. Alternate point of contact: Michael Mesko, Contracting Officer, Phone (843) 963-5174, Fax (843)963-2829, e-mail: michael.mesko@us.af.mil Place of Performance Address: Joint Base Charleston - Air Base, North Charleston, SC Postal Code: 29404 Country: USA
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »