The purpose of this Sources Sought is to gain knowledge of interest, capabilities, and qualifications of various business concerns that might be interested to compete. The type of solicitation issued will be for total small business. The Government must ensure there is adequate competition among the potential pool of responsive contractors. If a solicitation is released, it will be synopsized on the FedBizOpps website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
The 366th Contracting Squadron at Mountain Home Force Base, Idaho, is seeking to identify potential sources qualified to construct and install a vehicle barrier. Project shall include all necessary demolition, construction, and modifications necessary to replace the existing roofing structure of Building 2316, with a new R-30 fully adhered, reinforced, white, 80 mil Polyvinyl Chloride (PVC) roofing system that will provide adequate drainage. All construction shall to adhere to the current standards set forth by ACI, ASTM, AASHTO, ISPWC, UFC, MUTCD, the manufacturer's instructions, and other applicable standards as referenced in the SOW. The SOW only provides explanation of the basic desired facility and any requirements that are in addition to the aforementioned standards. Since the SOW does not reference all specific applicable standards, the Contractor shall present a proposal that reflects a thorough review of all standards, codes, and regulations that apply to the requirements within the SOW.
The magnitude of the anticipated contract is valued between $250,000.00 and $500,000.00. It is anticipated that the contract will be a Firm Fixed-Price type contract that will have a 120 day period of performance.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE:
The anticipated North American Industry Classification System (NAICS) for this requirement is 238160, with the corresponding size standard of $15.0M.
INFORMATION AND INSTRUCTIONS:
366 Contracting Squadron is requesting all interested and qualified firms respond to this sources sought notice with the following information. Any information provided to the government as a result of this sources sought notice is voluntary and the Government will not pay for any information submitted. Respondents must include the following information within their statement of capability packages:
a. Company Information: your Company's name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov.
b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the summary of requirements outlined above. Please limit your relevant past performance to the past three years and include the Contract Number(s) or Customer/Company Name.
c. Bonding capacity per contract and aggregate.
d. Capability packages shall be one electronic copy. Capability package files should be in
MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one email. All packages should contain UNCLASSIFIED material only.
e. Capability packages must be received no later than 1:00 PM (MST) on August 16, 2019. Oral communications ARE NOT acceptable in response to this notice.
f. Capability package responses shall be sent via email to [email protected].
This sources sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and will be used solely for the purpose of market research. Please be advised that all submissions become Government property and will not be returned. Questions on this notice shall be submitted via email to Sean Berner, Contract Specialist, [email protected].