Altus AFB Strobes
SOURCES SOUGHT SYNOPSIS For Altus Air Force Base Strobes This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICI... SOURCES SOUGHT SYNOPSIS For Altus Air Force Base Strobes This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents may or may not be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa District is conducting market research to identify sources capable for a complete replacement of runway approach light system at Altus AFB, OK. Work is expected to begin starting in June or July 2019. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The 237310 NAICS code is not available for set-aside to ED/WOSB however ED/WOSB businesses are encouraged to submit as a Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Interested Small business, Section 8(a), HUBZone, SDVOSB and ED/WOSB and Large businesses are highly encouraged to participate. This Sources Sought Notice is a Competitive, construction acquisition. USACE is encouraging responses from all qualified SMALL BUSINESS sources capable of providing these services. It is anticipated that a Firm Fixed Price (FFP) award will result, should a solicitation be issued, to the lowest priced vendor who can meet the objectives & specifications required in the Statement of Work (SOW)/Performance Work Statement (PWS). NAICS for this project is 237310 "Highway, Street, and Bridge Construction" which has a small business size standard of $36.5M. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting, that at least 15 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The Tulsa District has the following requirements: The contractor shall provide complete replacement of the runway approach light system on Runways 17R/35L and 17L/35R to meet UFC 3-535-01 and FAA 8260.3B criteria to support the C-17, KC-135 and KC-46A aircraft flying and aerial boom operator training and qualification mission at Altus AFB, OK. This project will provide the complete replacement of the runway approach lighting system outside of the overruns, including new steady-burning lights (SBL) and sequence flasher lights (SFL) mounted to new support structures and foundations. This project will also provide new control systems for each airfield lighting vault, as well as the air traffic control tower. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $5,000,000.00 and $10,000,000.00. The purpose of the above information is to afford potential companies/vendors with a realistic view of required services that are expected. Should USACE decide to issue a solicitation, the actual SOW/PWS will be included in the solicitation. The period of performance is anticipated to be for __ days. Work must be completed no later than __ days from notice to proceed. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is to be determined, and the estimated proposal due date is to be determined. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. EXPERIENCE / CAPABILITIES STATEMENT CRITERIA: Interested companies/vendors are invited to submit a brief Statement of Capability (SOC) (no more than 5 pages). Please follow the following name convention: Contractor's name: SS: W912BV-19-X-XXXX. This documentation shall address, as a minimum, the following: 1) Company Profile Cover Letter to include the company name, address, point(s) of contact, telephone number, email address, business classification, DUNS number, and Cage Code. 2) Relevant experience within the last four years demonstrating capability to perform the requested services. The company shall provide at least two (2) contracts, ongoing or completed, for like or similar services, held with the U.S. Army, other Government agencies or private industry. Include any contract number, Government/Agency or firm point of contact (POC) and current telephone number for the POC. The interested company/vendor must have served as either the prime contractor or a subcontractor (performing a substantial portion of the work described in this Sources Sought Notice). **Proof of System for Award Management (SAM) registration is required in your response. For example, providing a valid Commercial and Government Entity Code (CAGE Code) will allow USACE to verify your registration in the SAM system. The Contract Specialist will search the SAM database using the provided CAGE code, supplied by the vendor, to determine eligibility. Interested companies who are not currently registered in SAM but wish to compete for this award, must be fully registered by the time of award or risk your quote being declared as "Non-Responsive". USACE will not delay the award of a contract for a company not fully registered in the SAM system prior to the award date. To register in SAM, go to https://www.sam.gov and follow the instructions provided on their web site, this is a free service on their site** 1) The SOC must be submitted via email to shawn.brady@usace.army.mil. Responses must be received on or before, but no later than (NLT) April 12th, 2019 by 11:00 a.m. Central Standard Time (CST). When submitting your email response, the subject line must read Altus AFB Strobes Sources Sought. No other notification to firms for this project will be made. Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Mr. Shawn Brady at shawn.brady@usace.army.mil at 918-669-7670 or diane.cianci@usace.army.mil; phone number 918-669-7458. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. Email your Experience/Capabilities statement to shawn.brady@usace.army.mil. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES ON 12 April 2019 at 2:00pm CST. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, e-mail address, and business CAGE Code. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: 4. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 5. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 2 April 2019. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to shawn.brady@usace.army.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »