Inactive
Notice ID:FA4626-19-S-0000
DEPARTMENT OF THE AIR FORCE HEADQUARTERS 341st Missile Wing (AFGSC) 10 January 19 SOURCES SOUGHT Missile Alert Facility Repair and Renovation Procurement Type: Sources Sought Title: Repair and Renovat...
DEPARTMENT OF THE AIR FORCE HEADQUARTERS 341st Missile Wing (AFGSC) 10 January 19 SOURCES SOUGHT Missile Alert Facility Repair and Renovation Procurement Type: Sources Sought Title: Repair and Renovate Missile Alert Facilities (MAF) Classification Code: Z-Maintenance, repair, and alteration of real property NAICS Code: 236220 - Commercial and Institutional Building Construction (1) The 341st Contracting Squadron is contemplating a solicitation for the repair and renovation of up to fourteen (14) MAFs in the 341st Missile Wing. The MAFs are spread geographically across the Malmstrom AFB missile complex, an area which encompasses approximately a 150-mile radius around the city of Great Falls, MT. Work consists of providing all labor, equipment, transportation, quality control, and supervision necessary to perform a full range of tasks associated with the partial demolition, repair, and renovation of the MAFs. The scope will include providing temporary on-site living and working facilities for military personnel over the duration of the project. 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 Government is specifically interested in identifying "Prime" contractors that are technically capable of bonding, planning for, and executing the repair and renovation of up to three (3) MAFs concurrently, when the work sites are potentially separated by 200+ miles. (3) 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 an IDIQ type contract with a base year of one (1) to three (3) MAF delivery orders, plus additional option years of one (1) to three (3) delivery orders until up to fourteen (14) MAF sites are complete. The expected magnitude of the contract would be more than $10,000,000.00 with each delivery order falling 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 paragraph (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 Mark Jefferson at mark.jefferson.1@us.af.mil. The closing date for responding to this sources sought synopsis will be 25 January 2019 at 2:00 pm Mountain Time. MARK D. JEFFERSON Contracting Officer JEFFERSON.MAR K.D.1184883089 Digitally signed by JEFFERSON.MARK.D.1 184883089