Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:PANNGB-22-P-0000-000527
PURPOSE OF THIS CHANGE IS TO CORRECT THE MAGNATUDE TO $5,000,000 TO $10,000,000. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources ...
PURPOSE OF THIS CHANGE IS TO CORRECT THE MAGNATUDE TO $5,000,000 TO $10,000,000. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of Market Research being conducted by the Alabama Air National Guard - Dannelly Field, Montgomery AL, to identify potential vendors for a competitive Small Business Set-Aside for construction with a Project Magnitude of $5,000,000 to $10,000,000. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. No funds are available at this time. The 187 Fighter Wing located at Dannelly Field, Montgomery, AL, is requesting information, pursuant to FAR PART 10, in support of Market Research, to identify potential sources for the construction of the new Aircraft Maintenance Unit facility. The proposed project includes the following: Project scope includes sitework, subgrade excavation, building foundations, structural, architectural, plumbing, mechanical, electrical and relocation of existing utilities for a new two story facility with mechanical platform and associated sitework per the contract documents. The proposed project includes the following: 1. Vertical construction will consist of work on one facility. The Aircraft Maintenance Facility will be an approximate 18,000 square foot building housing the Base's Aircraft Maintenance Unit (AMU). Within the new Aircraft Maintenance facility, special facilities include non-secure office space, tool storage space, secure storage room, conference and ready rooms, locker rooms, and a break room. 2. Special attention will need to be paid to layout, erosion control, and laydown operations due to the limitations of the site and existing utilities on site. Scope of work will include the rerouting of underground utilities. 3. The new building’s structural system includes slab on grade with engineered fill soil stabilization, structural steel framing as well as load bearing masonry, composite floor slab, open web joists, and acoustical roof decking. The roof will have both low slope components with tapered insulation and thermoplastic roofing, sloped standing seam roofing. The exterior walls include veneer brick, cast stone, aluminum curtain wall, and metal wall panels. 4. Major building systems include a 4 pipe chilled and hot water system with associated boiler, chillers, and pumps. 5. Specialty equipment included in the project includes metal lockers and tool storage solutions. 6. Underground utility work will include all building necessary power, sanitary, storm, gas, water, and telecommunications infrastructure. Coordination will be required with existing utilities to maintain operation through and around the site and will include power, sanitary, storm, gas, water, and data. 7. Site work will comprise of on-site parking, pedestrian paving, landscape and retaining walls, sodding, and landscape planting NOTE The AMU Elevations and Floor plans (Draft) document is provided to allow contractors a general overview of the requirement. These are not “Final” and the Government does not guarantee their completeness. These drawings SHALL NOT be utilized for formulating a proposal. The contractors shall not contact the Architect-Engineering firms at this time. Contractors shall be able to submit RFIs when/if the solicitation is posted. The proposed North American Industry Classification Systems (NAICS) Code is 236220, which has a corresponding Size Standard of $39.5M. The Government is interested in only current small businesses. The government requests that interested parties respond to this notice with a capability statement not to exceed (NTE) two (2) pages and ensure your CAGE code and small business status is identified, per listed NAICS code, and bonding limits, single project and aggregate, are included. Capability statements shall be electronically submitted via email only. No paper documents will be accepted or acknowledged. Please e-mail your response for this sources sought to: stephen.shanks.1@us.af.mil. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions or inquiries of information will not be accepted.