Search Contract Opportunities

Patrick Space Force Base Lease of Relocatable Facilities

ID: FA252124QB062 • Type: Sources Sought

Description

Posted: July 29, 2024, 4:20 p.m. EDT

Edited to upodate NAICS to 532490 and PSC to W099

_________________________________________________

SOURCES SOUGHT- THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL OR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

The RFP is FA252124QB062 and shall be used to reference any written responses to this source sought.

Patrick Space Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 236220. The size standard for this proposed NAICS is $45M employees.

Description: The government intends to lease two Relocatable Facilities (RLF). The lease options for Government requires a minimum 5-year time frame which will include design, construction, install and tear down of the RLF.

Statement of Work (SOW): Design/Build project SXHT 25-6000 is intended to provide design documents, construction, and installation for two (2) 343'x 64' (44,420 SF) modular buildings (temporary relocatable facilities) that meets ICD-705 and ICD 705-02 requirements.

Attachment: 1. Statement of Work FA252124QB062 Dated 08 JULY 24

45 CONS is interested in any size business that can meet this requirement.

Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Include in your capabilities package your UEI, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings.

NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.

All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort.

Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages.

DISCLAIMER: This Sources sought notice is not a solicitation. This notice is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this notice that is marked "proprietary" will be handled accordingly. Responses to the sources sought notice will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offerors and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. The Government does not guarantee any action beyond this notice. The Government may not respond to questions posed in Industry responses.

ATTENTION: Although this is a Sources Sought notice only, interested parties or potential contractors must be registered with the System for Award Management (SAM) to be eligible for contract award or payment if the Government chooses to make an award. Information on registration and annual confirmation requirements may be obtained via https://www.sam.gov

Please submit the information electronically in PDF or Word format by 1400, 24JUL24 and reference RFP #FA252124QB062 to the Contracting Officer Kristin Doty kristin.doty@spaceforce.mil and the Contract Specialist Cynthia Whittaker cynthia.whittaker@spaceforce.mil. Telephone responses will not be accepted.

Posted: July 19, 2024, 10:50 a.m. EDT
Posted: July 9, 2024, 11:11 a.m. EDT
Background
The Patrick Space Force Base is seeking to lease two Relocatable Facilities (RLF) under a small business set-aside program. The lease options require a minimum 5-year time frame, including design, construction, installation, and tear down of the RLF. The government is conducting market research to determine the interest, capability, and socio-economic category of potential sources for the requirement.

Work Details
The Design/Build project SXHT 25-6000 aims to provide design documents, construction, and installation for two 343’x 64’ (44,420 SF) modular buildings that meet specific requirements. The work includes architectural features such as comm and power, water and sewer systems, fire alarm and suppression systems, electrical and communication wiring inside the building, lightning protection, offices, conference rooms, breakrooms, restrooms, etc. The project also involves compliance with various standards and publications related to electrical engineering, cybersecurity of facility-related controls, physical security standards, and general building requirements.
The project management, quality engineering review, plumbing design, communication design, architectural design layout, fire protection system design, structural design to meet wind speed requirements are also part of the project deliverables.

Period of Performance
The Period of Performance for the contract is 295 calendar days.

Place of Performance
The construction projects will be performed near B984 at Patrick Space Force Base.

Overview

Response Deadline
July 24, 2024, 2:00 p.m. EDT Past Due
Posted
July 9, 2024, 11:11 a.m. EDT (updated: July 29, 2024, 4:20 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Patrick AFB, FL 32925 United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
37%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 7/9/24 Space Force issued Sources Sought FA252124QB062 for Patrick Space Force Base Lease of Relocatable Facilities due 7/24/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 532490 (SBA Size Standard $40 Million) and PSC W099.
Primary Contact
Name
Kristin Doty   Profile
Phone
None

Secondary Contact

Name
Cynthia Whittaker   Profile
Phone
None

Documents

Posted documents for Sources Sought FA252124QB062

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought FA252124QB062

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA252124QB062

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA252124QB062

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFSPC > FA2521 45 CONS LGC
FPDS Organization Code
5700-FA2521
Source Organization Code
100016412
Last Updated
Aug. 8, 2024
Last Updated By
kristin.doty@us.af.mil
Archive Date
Aug. 8, 2024