Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W50S74-22-B-0001
Sources Sought Construct FTU Site Improvements Project Published: 21 January 2022 Response: 04 February 2022 Category: Z2LZ – Repair or Alteration of Parking Facilities NAICS Code: 237990 – Other Heav...
Sources Sought Construct FTU Site Improvements Project Published: 21 January 2022 Response: 04 February 2022 Category: Z2LZ – Repair or Alteration of Parking Facilities NAICS Code: 237990 – Other Heavy and Civil Engineering Construction 163d ATTACK WING MARCH AIR RESERVE BASE, CALIFORNIA Sources Sought This Sources Sought Solicitation is being issued in accordance with Federal Acquisition Regulation (FAR) Part 10, Market Research. The purpose of this synopsis is to gain knowledge of potential sources for this project including interested Small Business Concerns. Its sole purpose is to provide information for planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Government. The Government welcomes responses from all interested parties; however, no decision or award of contract will be made on the basis of responses from industry. The Government will not pay for the preparation of, nor the subsequent use of, information submitted in response to this Solicitation. Respondents will not be notified of the outcome of the Government’s review of the information received. Additionally, the Government does not intend to hold discussions concerning this Solicitation with any interested parties, but reserves the right to contact vendors if additional information is required for clarifications as it pertains to the Solicitation. The 163d Attack Wing may issue a solicitation and award of a contract to “Construct FTU Site Improvements”, subject to the availability of funds. Construction services shall be at March Air Reserve Base, Riverside County, California. The anticipated scope of work includes providing site grading and full depth AC over Base 22,500 square foot parking lot with curb and gutter, striping and wheel stops. Re-grade and compact 19,200sf of existing base and overlay with new AC pavement. Tie into existing lot and paved surfaces and provide curb and gutter, striping and wheel stops. Demolish existing substation enclosure and construct smaller CMU enclosure to protect remaining switchgear. Relocate existing sewer lateral running under building 2267 (New FTU) to existing sewer manhole. Provide site improvements such as sidewalks, landscaping and trash enclosure and lighting. Incorporate existing site improvement design drawings options not exercised on the FTU Building construction project. Coordinate with existing SWPPP and provide additional storm water management documentation as required to obtain a storm water certificate from the host base 452 environmental. Total site not to exceed 44,000sf. In accordance with FAR 36.204, the anticipated magnitude of construction is between $1,000,000 and $5,000,000. The NAICS code for this requirement is 237990, Other Heavy and Civil Engineering Construction. The SBA associated small business size standard for this industry is $39,500,000. Instructions to Vendors All interested concerns will submit a written notice, not to exceed five (5) pages, stating the concern’s positive intention to submit a proposal as a prime contractor no later than 3:00pm Pacific Time, on 04 February 2022. Responses to this Solicitation should include the following information: A positive statement of intent to submit a proposal as a prime contractor; A listing of projects completed during the past five (5) years for both Government and private industry. The list should provide the type of project, dollar value, contract number, location, and point of contact. Also, please indicate whether the firm was a prime or subcontractor—if the firm was a subcontractor, please provide a point of contact with the prime contractor; A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract; and Demonstration of the firm’s socioeconomic status (i.e., SB, 8(a), HUBZone, EDWOSB, WOSB, SDVOSB, etc.), and size. In the event that adequate small business firms are not available for adequate competition for this project, it may be advertised as an unrestricted solicitation. Submit responses directly to 2d Lt Aaron Lay, Contracting Officer, via email at aaron.lay.2@us.af.mil; telephone calls and facsimile responses will not be honored. Please reference the solicitation number and project title in the subject of your message. Please limit your responses to standard documents (i.e., Microsoft Office, Adobe PDF, etc.). Do not send compressed (i.e., .zip or .exe extension) or other file types as they will be stripped from your message.