Federal Bid

Last Updated on 13 Feb 2013 at 2 PM
Sources Sought
Wright patterson air force base Ohio

Maintain FInishes

Solicitation ID FA8601-11-B-0005
Posted Date 27 May 2011 at 6 PM
Archive Date 13 Feb 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states
The Air Force is seeking sources for a potential 100 percent set-aside for 8(a) Region V, HUBZone, Woman Owned Small Business (WOSB), or Service Disabled Veteran Owned Small Business (SDVOSB) concerns. IF ADEQUATE RESPONSES ARE NOT RECEIVED, THE ACQUISTION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. This is a sources sought for planning purposes only. Maintain Finishes, Project Number 109012. Includes replacing the carpet and wall finishes throughout the building. As the contractor works within the confines of a four-tiered phased plan, they will be required to disassemble and reassemble furniture. Also, they will be required to protect existing finishes and equipment. The contractor will accomplish finishes demolition to facilitate installing the new finishes and will be required to follow a hazardous material plan. The Government is anticipating that all work will be accomplished IAW the attached DRAFT Specifications and DRAFT Drawings.
A phasing plan will be stipulated in the project documents and the contractor will be required to provide a detailed schedule. Work will be accomplished while facility is occupied. The contractor must protect all assets within facility [contract files, work stations, misc. storage items] from weather and climate as staged production work continues.

The Air Force intends to award a contract with a 270 day period of performance.

The estimated magnitude of the entire contract is between $250,000 and $500,000.

NAICS Code: 236220 Size Standard: $33.5M.

Prime contractors who are 8(a) Region V, HUBZone, WOSB, or SDVOSB and who intend to submit a bid for this solicitation are highly encouraged to submit the following by 2:00 p.m. (local Dayton time) on 10 June 2011:

Responses should include the following:
(1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor;
(2) Date of HUBZone certification; and/or
(3) Documentation of SDVOSB status; and/or
(4) 8(a) certification; and/or
(5) WOSB status, and
(6) Listing of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact with their phone numbers, and an explanation of the relevancy of the project;
(7) Documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project;
(8) If you are a HUBZone considering a joint venture that has not been formalized, you will need to specify the firm(s) you intend to partner with and how you plan to officially form the joint venture.

Firms interested should provide the above documentation. E-mail or standard mail responses will be accepted. No Faxes will be accepted. All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone, WOSB, or SDVOSB concerns. Responses shall be limited to 5 pages. Please include your DUNS Number or CAGE Code on your response. Failure to submit all information requested would result in a contractor being considered "non-responsive" in this requirement. A decision on whether this will be pursued as a set-aside or an unrestricted basis will be posted as a modification in Federal Business Opportunities.

Bid Protests Not Available

Similar Past Bids

Fort bliss Texas 26 May 2021 at 3 PM
Point Texas 17 Mar 2014 at 10 PM
Young Arizona 20 Aug 2009 at 6 PM
Florence Colorado 24 Oct 2006 at 4 AM
Young Arizona 20 Aug 2009 at 6 PM

Similar Opportunities

Medical Science Building - 7E Renovation (CP2400920) On January 26th 2024 a fire and explosion occurred on the 7th floor of MSB in the east wing laboratories. Physical damage was extensive within the high impact area of approximately 5000 SF impacting interior construction including mechanical electrical and plumbing infrastructure, exterior windows, casework and finishes. ed and destroyed lab casework, and damaged interior finishes. More limited damage extended to other areas of the east wing. Existing windows, mechanical, electrical, plumbing, fire suppression, and fire alarm systems were damaged and will need to be replaced in the high impact area and partially replaced or repaired where the impacts of the incident extended to other areas of the 7thy floor. The repair project will return the 7th floor east wing to service for research. The project scope includes renovating approximately 11,800 square feet of high and low impact areas of the 7th floor. The project includes an alternate restroom renovation designed to meet current codes. Infrastructure repair and replacement includes wet pipe fire suppression, acid waste & vent stack replacement, sanitary waste & vent stack replacement, domestic water and lab water systems, lab gas replacement, plumbing equipment replacement, telecom infrastructure, and window replacement. Laboratory repairs include fume hood and laboratory replacement, and required laboratory sinks, eye wash, and infrastructure needed to support specialized laboratory equipment. The project will develop two separate sets of bid documents for competitive bidding, one of which will capture the preexisting laboratory build out and one that modifies the previous existing laboratory design to more closely align with ongoing lab renovations in other areas of the building and the long range masterplan for the Medical Science Building. Base Estimate & Alternates: $4,180,000.00
Location Unknown 29 Jul 2025 at 4 AM
Arlington Virginia 15 Jul 2025 at 9 PM
Camp murray Washington 11 Jul 2025 at 7 PM
Camp murray Washington 16 Jul 2025 at 4 PM