Search Contract Opportunities

Repair Maintenance (MTX) Hangar Building 1001 (B1001)   4

ID: W50S6Y24B0002 • Type: Sources Sought • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME.

The United States Property and Fiscal Office for Florida (USPFO-FL) is issuing this source sought notice as a means of conducting market research to identify potential sources having an interest and industry capabilities available to Repair Maintenance (MTX) Hangar Building 1001 (B1001), 125th Fighter Wing (FW) Air National Guard Base (ANGB), Jacksonville International Airport (JAX IAP), Florida (FL).

The result of this market research will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this source sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

BACKGROUND

The project site is located at the 125th FW ANGB, JAX IAP, Duval County, FL. The project includes all utilities, site improvements, pavements, detection/protection features, security enhancements, environmental mitigation, and other supporting work necessary to make a complete and usable facility.

REQUIRED CAPABILITIES

The objective of this project is to repair Hangar it must accommodate administrative, special purpose back shops, storage (including collateral and battery), equipment issue / support sections, latrines, break rooms, training rooms and pilot debrief. Additionally, the upstairs windows overlooking the hangar must be blocked or filled in to prevent line of sight into the hangar. Roof and exterior brick work may be necessary in order to keep building envelope watertight. The work required for this project includes repair and full renovation of the ground floor spaces, including demolition, new interior construction and finishes, HVAC, plumbing, electrical, lighting, grounding, fire protection, telecommunication, and access control/security systems.

SPECIAL REQUIREMENTS

Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.

Cybersecurity measures are included in accordance with UFC 4-010-06, Cybersecurity of Facility-Related Control Systems.

The facility will be a permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01.

This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010-01 and security requirements from ICD 705.

ELIGIBILITY

The applicable NAICS code for this requirement is (236220) with a Small Business Size Standard of $45.0M. The Product Service Code (PSC) is Z2AZ.

SUBMISSION DETAILS

Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Frederick Cherry ( frederick.cherry.1@us.af.mil ) in either Microsoft Word or Portable Document Format (PDF), via email no later than 12:00 p.m. EST on 29 December 2023 and reference this source sought number in subject line of e-mail and on all enclosed documents.

Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.

If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Overview

Response Deadline
Dec. 29, 2023, 12:00 p.m. EST Past Due
Posted
Dec. 14, 2023, 5:08 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Jacksonville, FL 32218 United States
Source

Current SBA Size Standard
$45 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 Army were awarded full & open.
On 12/14/23 Department of the Army issued Sources Sought W50S6Y24B0002 for Repair Maintenance (MTX) Hangar Building 1001 (B1001) due 12/29/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2AZ.
Primary Contact
Name
Frederick Cherry   Profile
Phone
(904) 741-7405

Secondary Contact

Name
MARK PENWELL   Profile
Phone
(904) 741-7445

Documents

Posted documents for Sources Sought W50S6Y24B0002

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought W50S6Y24B0002

Award Notifications

Agency published notification of awards for Sources Sought W50S6Y24B0002

Contract Awards

Prime contracts awarded through Sources Sought W50S6Y24B0002

Incumbent or Similar Awards

Contracts Similar to Sources Sought W50S6Y24B0002

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W50S6Y24B0002

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W50S6Y24B0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7M2 USPFO ACTIVITY FLANG 125
FPDS Organization Code
2100-W50S6Y
Source Organization Code
500044171
Last Updated
Dec. 14, 2023
Last Updated By
mark.penwell.1@us.af.mil
Archive Date
Jan. 13, 2024