Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA4819-19-R-A004
Sources Sought Number - FA4819-19-R-A004 - Tyndall AFB Construct ITN Locations, Multi This is NOT a pre-solicitation notice pursuant to FAR Part 5. This sources sought notice is for informational and ...
Sources Sought Number - FA4819-19-R-A004 - Tyndall AFB Construct ITN Locations, Multi This is NOT a pre-solicitation notice pursuant to FAR Part 5. This sources sought notice is for informational and planning purposes only. It does not constitute a synopsis or solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for contract award. When the solicitation is issued, it will be announced on the Federal Business Opportunities website and all interested parties shall obtain the solicitation from this website. The 325 Contracting Squadron (325 CONS) at Tyndall AFB, FL is seeking potential sources to provide for the complete 100% design, construction, and commissioning to accomplish the successful relocation of the existing Information Transfer Nodes (ITNs) at buildings 421, 542 and 1406. Buildings 421 and 542 will require new pre-fabricated buildings and associated site prep, and building 1406 will utilize existing building 1480. The pre-fabricated buildings shall come prewired so that the only requirement in the field is to connect to the service entrance transfer switch for a fully operational building (power, standby power and HVAC). Communication racks shall also be prewired for power so that only requirement by others is to "plug and play". This contract will require buildings 421 and 542 to run power from the secondary of a 25KVA transformer (installed by others) to the new buildings'' service disconnect/transfer switch. Each building will require a lightning protection system and surge suppression at each panel. Existing building 1480 (bldg 1406 relocation) will require setting of a new 60KW generator, Automatic Transfer Switch and pad along with required wiring and conduit for a fully operational standby system. The contractor is also required to run a 400A service from the existing 75KVA transformer on site. External communication install will pertain to all three relocation efforts. Within specified manholes/hand holes enough cable slack will be pulled back from each existing building(421, 542 and 1406) to allow for splicing of new fiber optic cable run through the combination of new/existing conduit systems to the new pre-fabricated buildings and existing building 1480 as a part of this contract. Just to clarify, the installation of new fiber optic cable and any new conduit system is also a part of this contract. Within each new relocation building the Contractor will provide/install patch panels within the racks and connect the new cable to the panels. The purpose of this sources sought notice is to gain knowledge of qualified and interested Small Business sources with experience relative to NAICS Code 238210 with a size standard of $15M. The basic contract is anticipated to be a Firm Fixed Price (FFP) type contract. Period of performance is expected to be 270 days after Notice to Proceed (NTP). The Government will not award a contract solely on the basis of this Sources Sought Notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Any interested parties shall ensure they are registered in the System for Award Management (SAM). To register and create an account in SAM, go to https://www.sam.gov or call 866-606-8220 8am - 8 pm (Eastern Time) for assistance. 325 CONS is requesting all interested and qualified businesses respond to this sources sought notice with the following information: (1) name, address, phone, fax, e-mail and website if applicable; (2) a list of similar contracts (not to exceed 3) your firm currently holds or has completed within the last three years; (3) a capabilities statement or briefing; and (4) any/all small business classifications. The list of relevant contracts should include the location, contract number, description, estimated yearly value, performance dates, and Government point(s) of contact (contracting officer and QAE/inspector) with phone and fax numbers. Please limit your response to 20 pages. Potential offerors should submit this information to SSgt Zacarias Sena at zacarias.sena.1@us.af.mil and Melissa Sanders at melissa.sanders@us.af.mil, by 4:00 pm Central Time on 04 March 2019. Oral communications ARE NOT acceptable in response to this notice.