Design-Build - Repair Air Base Pool and B224
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159931926262011 |
Posted Date: | Mar 6, 2023 |
Due Date: | Mar 17, 2023 |
Solicitation No: | DKFX-1135561 |
Source: | https://sam.gov/opp/334a056348... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Updated)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Mar 06, 2023 01:57 pm EST
- Original Published Date: Mar 02, 2023 02:36 pm EST
- Updated Response Date: Mar 17, 2023 03:00 pm EDT
- Original Response Date: Mar 17, 2023 03:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Mar 24, 2023
- Original Inactive Date: Mar 24, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Updated Set Aside:
- Product Service Code:
-
NAICS Code:
- 236220 - Commercial and Institutional Building Construction
-
Place of Performance:
Charleston AFB , SC 29404-5021USA
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL
This notice is posted in accordance with FAR 5.2 and 36.213-2
Project: DKFX-1135561
Design-Build - Repair Air Base Pool and B224
Joint Base Charleston – Air Base
Solicitation Number: FA4418-23-R-****
The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages from potential sources for planning purposes for Design-Build Repair Air Base Pool and B224 at Joint Base Charleston – Air Base, Charleston, South Carolina.
This sources sought is for planning purposes only. The work includes demolition of an existing 5,200 square-foot/200,000 gallon below-grade pool, kiddie pool, existing pumps, filtration system, piping, electrical, & system controls equipment. The work also includes full Architect-Engineer services to the 100% design-effort and the construction of a new, zero-entry pool with family-friendly features (i.e. rock wall, slide, etc.) including new pumps, filtration system, piping, electrical, ventilation, and system controls equipment. The design and repair effort scope will include minor renovations & repairs to the existing bathhouse for plumbing fixtures, countertops, and toilet partitions. All work shall be completed as indicated in the contract documents and specifications including incidental related work.
Dollar magnitude for this contract is between $1,000,000 and $5,000,000. The NAICS Code assigned to this acquisition is 236220 – Commercial and Institutional Building Construction with a Size Standard of $45,000,000.00.
NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS.
Firms responding should indicate their size in relation to this size standard, and indicate socio- economic status/statuses (8(a), SDVOSB, HUBZone, EDWOSB, WOSB) or SB. If a response from two or more qualified firms is received for any of these categories, this requirement may be set-aside.
NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least fifteen percent (15%) of the cost of the contract, not including the cost of materials, with its own employees.
All interested Prime contractors who intend to submit a proposal/bid for this solicitation are highly encouraged to submit a capabilities package to the Primary Point of Contact listed below, by 3:00pm EST on 17 Mar 2023:
AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:
(a) Indicate which set-aside(s) you qualify for under NAICS code 236220: 8(a), SDVOSB, HUBZone, EDWOSB, WOSB or Small Business.
(b) A positive statement of your intention to submit a proposal/bid on this contract as a prime contractor.
(c) Provide DUNS Number or Cage Code.
(d) Evidence of recent (within the last three years) experience in work similar in type and scope to include:
1. Contract Numbers
2. Project Titles
3. Dollar Amounts
4. Percent and complete description of work self-performed.
5. Customer points of contact with current telephone number and email address.
(e) Evidence of bonding capability of a minimum of $5,000,000.
All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested small business concerns. If adequate interest is not received from 8(a), SDVOSB, HUBZone, EDWOSB, WOSB, or SB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror.
NOTES:
(1) The solicitation, specifications and drawings will be available on or about 04 May 23, at the www.sam.gov website.
(2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website.
(3) There is no fee for this pre-solicitation/sources sought notice.
(4) A registration page is attached to the.sam.gov website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation.
(5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor.
(6) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award.
(7) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents.
Email responses or send to below address to the primary point of contact NLT 17 Mar 2023, 3:00pm EST.
Contracting Office Mailing Address:
628 CONS/PKB
Attn: W. Eric Keys
101 E. Hill Blvd
Joint Base Charleston, SC 29404-5021
Points of Contact:
Primary: W. Eric Keys, Contract Specialist, Phone (843) 963-5856, e-mail: wilbert.keys@us.af.mil.
Alternate: Robert R. Melton, Contracting Officer, Phone (843) 963-5173, e-mail: robert.melton.6@us.af.mil.
Place of Performance:
Joint Base Charleston – Air Base, SC Postal Code: 29404
Country: USA
- CP 843 963 5155 101 E HILL BLVD
- JOINT BASE CHARLESTON , SC 29404-5021
- USA
- W. Eric Keys
- wilbert.keys@us.af.mil
- Phone Number 8439635856
- Robert R. Melton
- robert.melton.06@us.af.mil
- Phone Number 8439635173
- Mar 06, 2023 01:57 pm ESTSources Sought (Updated)
- Mar 02, 2023 02:40 pm EST Sources Sought (Updated)
- Mar 02, 2023 02:36 pm EST Sources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.