The successful contractor will be required to furnish all labor, tools, materials, equipment, estimating software, supervision, personnel, and all else necessary to design, manage, and accomplish individual construction projects. The projects will include tasks in a variety of trades, including but not limited to, carpentry, roofing, excavation, interior electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete, masonry, and welding. All of the work will be performed at Grand Forks AFB and Cavalier AFS.
The maximum contract amount is expected to be approximately $23 Million over a five year period that will consist of one base year and four option years. Prime contractors must be capable of securing bonding in the amount of at least $2,500,000 and potentially as much as $5,000,000 during a one-year period.
If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to TSgt Elizabeth Squires and Queen McCartney via mail addressed to 319 CONS/LGCA, 575 Tuskegee Airmen Blvd, Grand Forks AFB, ND, fax to (701) 747-4215, or email to [email protected] and [email protected], not later than 3:00 PM CST, 2 April 2015. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (701)747-6103 or (701)747-5287 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government.
Request interested firms respond to this notice and include the following in their Capability Statement:
(a) Firm's INFORMATION [name, address, phone number, CAGE Code];
(b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job 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) INDUSTRY STANDARDS [Interested contractors must demonstrate a history of relevant construction experience with the following standards or codes: Base Facility Design Standard, Base Architectural Compatibility Standard, National Electric Code, National Electric Safety Code (ANSI C2), National Fire Protection Association (NFPA 101) Safety Code, International Building Code, International Mechanical Code, International Plumbing Code, Uniform Federal Accessibility Standard (USAS), Americans with Disabilities Act Accessibility Guidelines (ADAAG), Uniform Facilities Criteria (UFC).
(f) BONDING CAPABILITY on individual projects and aggregate requirements;
(g) PERCENT OF WORK the firm can commit to accomplishing construction with in-house (no subcontracted) labor.
Interested contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages.
The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, or Service Disabled Veteran Owned or small business concerns located in North Dakota, South Dakota, and Minnesota based on the responses it receives. Once the determination has been made to either set-aside the 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 only. 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.