Inactive
Notice ID:FA462619RA022
(1) The 341st Contracting Squadron is contemplating a solicitation for the renovation of an existing 3-Bay Hangar to facilitate the bed down of the new MH-139 helicopter at Malmstrom AFB, MT. Work inc...
(1) The 341st Contracting Squadron is contemplating a solicitation for the renovation of an existing 3-Bay Hangar to facilitate the bed down of the new MH-139 helicopter at Malmstrom AFB, MT. Work includes removal and replacement of the AFFF fire suppression system with hi-expansion foam, fire alarm upgrades, installation of a fuel spill containment system, life safety changes, hangar floor coating and painting, additional roof fall protection points, a new 2-ton hangar width hoist, installation of new electrical distribution to support helicopter maintenance, mechanical systems upgrades to include the installation of a new chiller, chilled water pumps, heating water pumps, door track heating water pumps, repairs to the Hangar door track heating loops, upgrades to the existing mechanical rooms, new compressed air plant, total replacement of building heating water piping throughout, new Hangar Bay heat recovery ventilators, and new Air Handling Units for the entire building. 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 an Firm Fixed Price type contract and the expected magnitude of the contract would be between $5,000,000.00 and $10,000,000.00. 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 Mark Jefferson at mark.jefferson.1@us.af.mil. The closing date for responding to this sources sought synopsis will be 14 August 2019 at 2:00 pm Mountain Time.