Inactive
Notice ID:FA4626-19-R-A008
(1) The 341st Contracting Squadron is contemplating a solicitation for the repair of the life safety system in Bldg. 500 on Malmstrom Air Force Base, MT. Work includes all materials, labor, and equipm...
(1) The 341st Contracting Squadron is contemplating a solicitation for the repair of the life safety system in Bldg. 500 on Malmstrom Air Force Base, MT. Work includes all materials, labor, and equipment required to: 1) complete the manual smoke removal system (includes all ductwork, piping, AHU-9 and control modifications for Building 500), 2) replace and repair the corridor wall ratings as indicated for Building 500, 3) complete the replacement of all fire rated doors and frames in Building 500, 4) repair stairs in Building 500, 5) complete all electrical lighting modifications (includes exit and egress lighting as indicated for Building 500), 6) complete sprinkler corrections in the arms vault and Lobby shaft corrections in Building 500, 7) complete common elements of the project (includes ceiling tile and grid, trash removal, etc. in Building 500). Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential contractors must also have current Online Representations and Certification Application on file with SAM. (2) The North American Industry Classification System (NAICS) for this acquisition is 236220, with a size standard of $36,500,000.00. The Government is contemplating a Firm Fixed Price type contract and the expected magnitude of the contract would be between $1,000,000.00 and $5,000,000.00. The Government is interested in both Large and Small businesses capable of meeting requirements identified in (2) above including; 8(a), HUBZone, Service Disabled Veteran Owned Small Businesses, and Women Owned Small Businesses that are interested in performing this requirement. The Government requests that interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size) to include business status; such as Large, Small, 8(a), HUBZone, Service Disabled Veteran Owned Small Businesses, or Women Owned Small Businesses with any anticipated teaming arrangements (if any) and a description of similar services offered to the government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partners. All responses must also include a statement that the company holds all required certifications and licenses to perform this type of work, or can obtain them prior to award of a contract especially in the State of Montana. The Government will use this information when determining its business type decision. Information and any questions regarding this sources sought can be sent to Wesley Marcik at wesley.marcik@us.af.mil. The closing date for responding to this sources sought synopsis will be 15 August 2019 at 2:00 pm Mountain Time.