Federal Bid

Last Updated on 03 Jul 2014 at 8 AM
Sources Sought
Nellis air force base Nevada

Dormitory Renovations

Solicitation ID FA4861-14-R-A104
Posted Date 10 Jun 2014 at 6 PM
Archive Date 03 Jul 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
Contracting Office Fa4861 99 Cons Lgc
Agency Department Of Defense
Location Nellis air force base Nevada United states
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The 99th Contracting Squadron, Nellis AFB, is conducting a MARKET SURVEY to determine the interest and capability of sources for a potential 100% set-aside for HUBZone, Women-Owned, 8(a), Service Disabled Veteran Owned, or Small Business concerns in the NAICS Code 236118 for a firm-fixed price (FFP) contract.

The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in furnishing all labor, supplies, materials, supervision, transportation, equipment, and all else required to renovate four (4) single story buildings and two (2) 3-story dormatory buildings on Nellis Air Force Base, NV. The building breakout is as follows:

-Four (4) Sinlge Story - Dayrooms (or common areas)
-Two (2) 3-Story Dormatories - 72 rooms reach (216 rooms total)

Services needed inlcude: demolition, disposal, and replacement of wood trim, door frames, wall paper, carpet, covebase, ceramic tile, vanities, caulking, popcorn ceiling texture, painting, drywall, and wall insulation. Minimal lead based paint abatement will be required during ceramic tile work.

IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS.

Magnitude of Construction: Between $500,000 and $1,000,000 over the life of the contract.
Request interested firms respond to this notice and provide the following:

(a) Firm's INFORMATION [name, address, phone number, CAGE code];

(b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor];

(c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.];

(d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant construction experience with a primary focus on IDIQ type contracts and simultaneous performance of multiple projects at different locations and include a summary of relevant (multiple trade, multiple task order, construction projects), and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)];

(e) BONDING CAPABILITY on individual projects and aggregate requirements; and

(f) PERCENT OF WORK the firm can commit to accomplishing construction with in-house (not subcontracted) labor.

Interested Contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail for a decision to be made based on the criteria previously mentioned. Responses shall be limited to six (6) pages. Send response to FAX or email of individual Point of Contact (POC) listed below.

It is imperative that firms provide the required information for capabilities to be accurately evaluated. Failure to submit all information requested shall result in a contractor being considered "NOT INTERESTED" in this requirement. The government reserves the right to set this acquisition aside for small business, 8(a), HubZone small business, Women-Owned or Service-Disabled Veteran-Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside this acquisition or solicit on an unrestricted basis, it will be posted on this website.

This request for information (RFI) notice is issued for planning purposes. This is not a Request for Proposal (RFP). Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs.

Note: It is highly recommended that prospective contractors be registered in the System for Award Management (SAM) database as registration is required for the contract awardee. Registration requires applicants to have a Commercial and Government Entry Code (CAGE) and Data Universal Numbering System (DUNS) number from Dun and Bradstreet. Registration usually takes up to five (5) days to process. Recommend registering immediately in order to prevent any delays.

Responses to this announcement are due no later than 2:00 PM (PST) on Wednesday, June 18, 2014. Primary POC is Staff Sergeant Martin Gonzales at (702) 652-9333; fax: (702) 652-2532; email: [email protected]. Alternate POC is Mr. Patrick Mock at (702) 652-9121; email: [email protected].

Bid Protests Not Available

Similar Past Bids

Nellis air force base Nevada 05 Aug 2014 at 4 PM
Location Unknown 14 Sep 2009 at 1 PM
Pennsylvania 02 Mar 2020 at 5 AM
Lackland air force base Texas 14 Jan 2020 at 5 PM
Lackland air force base Texas 23 Oct 2017 at 8 PM

Similar Opportunities

Oklahoma 20 Jul 2025 at 4 AM (estimated)
Oklahoma 20 Jul 2025 at 4 AM (estimated)
Oklahoma 20 Jul 2025 at 4 AM (estimated)
Location Unknown 20 Jul 2025 at 4 AM (estimated)