Inactive
Notice ID:FA7000-18-R-0023
This announcement serves as a sources sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming construction acquisition...
This announcement serves as a sources sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming construction acquisition at the United States Air Force Academy, CO. This sources sought is issued solely for information and planning purposes and does NOT constitute a solicitation. For the purpose of this acquisition, the anticipated North American Industry Classification System Code (NAICS) is 236220, Commercial and Institutional Building Construction and the Small Buisness Administration (SBA) small business size standard is $36.5M. The magnitude of construction is between $1,000,000 and $5,000,000. The purpose of this notice is to identify companies capable and qualified to provide a complete finished functional project to include all labor, materials, transportation, equipment and supervision meeting U.S. Air Force Academy (USAFA) specifications for the following construction project: Construct/Repair/Restore Air Garden: The United States Air Force Academy, CO seeks potential sources for a proposed government acquisition to construct/repair/restore the Cadet Area Air Garden at the United States Air Force Academy, CO. The restoration project will return the Air Garden to it's original design to include: 1. Restoration of the reflecting pools, 13 pools to be shallow pools 2. Refurbishment of the north and sourth fountain pools, including drain lines and finishes 3. Excavation of the landscaped areas including tree, shrub, and turf grass removal 4. Placement of amended soil and new irrigation 5. New trees (approx. 400 Imperial Honeylocust Trees), shrubs, and ground cover 6. Relocation of one bronze statue and granite base 7. Reconstruction of walkway system 8. Replace water mains below the Air Garden 9. Replace lighting fixtures and electrical with new fixtures and infrastructure 10. Replace plumbing, site drainage, and pool drainage systems with new 11. Replace controls and panels to Fairchild Hall All work shall be accomplished in accordance with requirements contained in the Drawings and Specifications to be issued in a possible future solicitation. All businesses capable of performing this project are invited to respond. Interested small business concerns must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable. A firm fixed price construction contract is anticipated to be awarded to one contractor. All potential offerors are reminded, in accordance with FAR 52.204-7, System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award. Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.sam.gov/portal. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. Proprietary information should be marked "PROPRIETARY INFORMATION". Responses should be limited to ten (10) pages. Interested businesses shall provide the following information: 1. Company name, mailing address, point of contact, telephone number, email address, company cage code and DUNS number. 2. Business size status, e.g., 8(a), HUBZone, Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc. 3. Statement of capability to be bonded (both performance and payment bonds). The statement should indicate your company's single and aggregate bonding capability. 4. Contractor's capability to perform a contract of this magnitude and complexity. Provide a list of no more than 5 projects of a similar size and scope of the proposed project, either Government or commercial, performed within the last three years with a brief description of the project (contract number, project title, dollar amount, period of performance, customer satisfaction.) Include your customer's name, address, telephone number, email address and points of contact with their phone numbers. Indicate if you were the prime or subcontractor. If you were a subcontractor, provide the name and point of contact for the prime contractor. Include percentage of self-performed work, how the work was accomplished, and the performance rating for the work. 5. Any other appropriate written information and/or data supporting your capability to complete a project of this type. 6. Feedback on the following questions: a. Does your firm typically provide bid guarantees with the submission of proposal? b. Is providing a bid guarantee a hindrance for submission of proposal or otherwise an unreasonable requirement. If yes, please explain. c. Other than Specifications and Drawings, what information would your firm find to be most useful to be available prior to or during a pre-proposal site visit? If your firm is capable and qualified send the required response in writing to the primary point of contact (POC) indicated within this announcement. Responses are due no later than 22 May 2018, 2:00 p.m. Mountain Time by e-mail. Questions and responses should be addressed to the primary contact, Ali Anderson, Contract Specialist, 719-333-3777 or alison.anderson@us.af.mil, or the alternate point of contact, Aaron Vollbracht, Contracting Officer, 719-333-4761 or aaron.vollbracht@us.af.mil. Pursuant to Air Force Federal Acquisition Regulation Supplement (AFFARS) 5301.9102(c), Mr. James Anderson has been appointed as the USAF Academy Ombudsmen. The USAF Ombudsman contact information is as follows: 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone Number: 719-333-2074 FAX: 719-333-9018 Email: james.anderson.72@us.af.mil