SOURCES SOUGHT: Construction Management Support Services

This is a non-personal services single award task order contract to provide construction management and quality assurance services. Work to be performed does not fall under the Brooks Act. Services shall not be provided which are considered closely related to inherently governmental functions. The government shall not supervise, direct, or have any direct control over the Contractors personnel. The Contractor shall furnish general construction management and quality assurance services which shall include assessment and monitoring of compliance with plans, specifications, schedules, and ancillary documents; quality assurance review of submittals, reports, plans, studies, technical documents and any other Construction Contractor document to assure compliance with plans, specifications, and ancillary documents; reporting of findings to the Field COR; file and data management; and other similar non-design tasks, as necessary. The location of projects under this Performance Works Statement (PWS) includes all of Alaska. Locations supporting all of Alaska includes remote sites, installations, bases, etc. location will be provided for each specific Task Order. Sources Sought Notice was initially published under W911KB22R0031.

Revised 5 January 2023 to attache Amendment 1 on PIEE.

NOTE: Visit ‘https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W911KB23R0014’ to obtain more details.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: H356 – INSPECTION- CONSTRUCTION AND BUILDING MATERIALS
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: AK, USA

Full details via beta.sa.gov

SOURCES SOUGHT: Great Plains Youth Regional Treatment Center Roof and Gutters

This is a SOLICITATION NOTICE, Solicitation 75H70123R00004 for the Great Plains Youth Regional Treatment Center Roof and Gutters Replacementa construction project for the Indian Health Service (IHS), Division of Engineering Services. Detailed Instructions to Offerors, a full scope of work, plans and specifications and Construction Wage Determination are included in the attached solicitation documents.

This requirement is a 100% Small Business set-aside and the associated NAICS is 238160– Roofing Contractors, with small business size standard of 16.5 Million. For information concerning NAICS and SBA size standards, go to https://www.sba.gov.

SCOPE OF WORK:

The project defined within this Scope of Work is the replacement of the existing asphalt shingled roof, water proofing exterior beams, and metal gutters. Contractor shall install products following all manufacturer’s specifications. See Section C of the attached RFP for details.

LOCATION OF PROJECT:  All work shall be performed on the grounds of the Great Plains Youth Regional Treatment Center in Mobridge, SD.

TERO: TERO is applicable. All work is subject to the Tribal Employment Rights Ordinance (TERO) [Standing Rock Sioux Tribe].  It is the sole responsibility of the contractor to comply with all applicable TERO requirements.

CONSTRUCTION DURATION:  Period of Performance is 180 calendar days from issuance of the Notice to Proceed.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $250,000 and $500,000, in accordance with FAR 36.204(g).

SITE VISIT:  An organized site visit has been scheduled for Wednesday January 9, 2023 @ 10:00 AM Central (unless amended). Refer to solicitation, Section L.8., FAR 52.236-27.

DUE DATE: Proposal packages are due by January 30, 2023 no later than 2:00pm Central Time.  Proposal packages shall be sent via email to the Contract Specialist, Jeffrey M. Haubenreiser, at jeffrey.haubenreiser@ihs.gov and must contain the information required by the solicitation.

QUESTIONS: Offerors shall submit all questions concerning this solicitation in writing to the Contract Specialist, Toby Hayden, at toby.hayden@ihs.gov.  Questions should be received no later than 10 days prior to proposal due date to allow time for a response.

NOTE: ALL DATES ARE SUBJECT TO CHANGE. SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES.

It is the responsibility of the contractor to check https://sam.gov/ frequently for any amendments or changes to the solicitation. Hard copy documents will NOT be available – all documents for proposal purposes will be posted at the website for download by interested parties.

This solicitation will be procured as a Request for Proposal in accordance with FAR Part 15 and 36 procedures with Lowest Price Technically Acceptable evaluation criteria.

CONTRACT TYPE:  The Indian Health Service intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement.

NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award. Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov. Contractors are encouraged to complete SAM registration as soon as possible; the Government may not delay award for the purpose of allowing a contractor additional time to register in SAM.

This notice is for informational purposes only and is NOT a request for submission of offers. No other information is available until issuance of the solicitation itself. No bidders list is maintained. All potential bidders should register with https://sam.gov/ if interested in this forthcoming acquisition.

Interested bidders (offerors) can follow this pre-solicitation notice by creating an account at https://sam.gov/. After entering Login.gov credentials, go to “Contract Opportunities”, find the notice then click on the “Follow” tool to receive email notifications for any updates to the project including the posting of the solicitation and any subsequent amendments.

  • Original Set Aside: 
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1DZ – MAINTENANCE OF OTHER HOSPITAL BUILDINGS
  • NAICS Code: 238160 – Roofing Contractors
  • Place of Performance: Mobridge , SD 57601 USA

Full details via beta.sa.gov

SOURCES SOUGHT: Regional Tire Repair Services

This Sources Sought – N4008523R2573 is issued to replace correct the Notice ID on the the previously issued Sources Sought – N4008523R2596. The correct Notice ID is N4008523R2573. All other information remains the same.

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice.  There will not be a solicitation, specifications, or drawings available at this time.  This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources.

Naval Facilities Engineering Systems Command, (NAVFAC) Mid-Atlantic is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond.  Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government.

A Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) Contract with non-recurring services is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Services may be ordered utilizing FEDMALL, or a Task Order, on a need basis.  The Contractor shall provide all labor, management, supervision, tools, materials and equipment and other items necessary to repair and replace tires and associated equipment on Base Support Vehicles and Equipment (BSVE), located in the Hampton Roads (Tidewater) area of Southeast Virginia.

Sealed Bidding procedures: In accordance with FAR Part 14, Sealed Bidding procedures will be used to evaluate and select the proposal that is most advantageous to the Government.

General Work Requirements:

The intent of 1700000 BSVE requirements, primarily consist of repairing or replacing tires on government vehicles. This contract is to provide all-inclusive tire repair or replacement service with a few other tire related services not limited to: Industrial vehicles, Cranes, Forklifts, Pick-up Trucks, Fire Trucks and Dual tractor-trailer tires. This contract shall provide for both on government property and roadside assistance for Government Vehicles. Vehicles may be located at any of the Tidewater Virginia military bases on Government property, or on the road in the Tidewater area within a 50 mile radius of any of the local Government bases.  The Government will notify the contractor of the location of the vehicle for Tire Repair or Replacement Service, and a Tire Repair or Replacement Service Order may then be issued under this contract for mobile tire repair or replacement. The Contractor shall arrive within the required time with complete equipment and material inventory to provide the ordered service. All tire repair and replacements services shall be conducted in accordance with the current standards specified by the Tire Industry Association and Federal Motor Vehicle Safety Standards

All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation.  All qualified firms are encouraged to respond. The appropriate NAICS Code is 811198, size standard $8 million.

It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following:
(1) Examples of projects worked within the last five years of similar size, scope and complexity as shown below and in the table.

Size:  A Base Support Vehicles and Equipment (BSVE) Tire services contract with a yearly value of at least $300,000.00 for non-recurring services. This may include one project, or multiple indefinite delivery indefinite quantity task orders.

Scope:   Offeror must have provided all labor, management, supervision, tools, materials, equipment and other items necessary to repair and replace tires and associated equipment on various types of vehicles, some located on government property, and roadside assistance.

Complexity:  Offeror must have been responsible for responding simultaneously to requirements for several customers or installations and supporting annexes.

Service Calls

The Contractor shall provide unscheduled service calls in the field during regular Government working hours. Services may also frequently be required after regular Government working hours and during weekends or holidays. All service call work shall be performed in accordance with all standard manufacturers’ requirements and practices. The Contractor shall respond within 4 hours (during regular working hours) and work shall be completed within 4 hours of notification to proceed; outside normal working hours the Contractor shall be on-site within 4hours, and be available 365 days/yr. and 24 hrs. /day. For emergencies response time is 2 hours of notification (during regular working hours).

Installation of commercial grade tire puncture seal material in tire intended for over the road use.

Install commercial grade tire puncture sealant material into tire according to OEM directions.  Install sealer in the amounts recommended by the OEM to suit the use requirement indicated in each task order.

Installation of solid foam fill in off road tires.

Install commercial grade tire solid foam fill material into tire according to OEM directions.  Foam fill will normally be done at the Contractors location to allow for environmental conditions to ensure foam reaches full cure.  Install fill in the amounts recommended by the OEM to suit the use requirement indicated in each task order.  Delivery and pick up of tires will be provided by the Government.

Passenger Car / Light Truck -Tire Services Repair

The Contractor shall provide all-inclusive tire repair services. Repair services shall include, removal and replacement of the tire on the vehicle, inspection of tire to determine the defect and if the tire is repairable, dismounting and remounting of tire on rim, repair of tire from the inside which shall include a patch and stem that will patch the inside of the tire and fill the puncture to protect the tire belts from water damage.  Replacement of the valve stem if required, tire inflation, and rebalancing of tire if deemed necessary by the tire service technician. All tire services shall be performed in accordance with all standard OEM requirements and practices. The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.

Passenger Car / Light Truck Special Services, Front End Alignment     Balance

The Contractor shall provide front end alignment services in contractor’s shop during regular Government working hours.  All services shall be performed in accordance with all standard OEM requirements and practices. The Contractor shall respond within 4 hours and work shall be completed within 48 hours of notification to proceed.

Medium Truck – Tire Replacement, Fire Dept., 11R22.5, Michelin, XDN2

The Contractor shall provide all-inclusive tire replacement service.  Tire quality and tread-life warranty shall be equal to or greater than the other tires currently on the equipment, and shall meet or exceed the requirements in each line item ordered. They shall also match the size and tread style for the remaining tires on the vehicle. Tire replacement includes removal and disposal of defective tire, mount and balance new tire and installation of new valve stem.  Price shall include all shop supplies, miscellaneous truck stock supplies, tire weights, replacement of missing or damaged lug nuts, valve stem caps, and pre-expended bin materials and supplies.

Medium Truck – Tire Services, Repair

The Contractor shall provide all-inclusive tire repair services. Repair services shall include, removal and replacement of the tire on the vehicle, inspection of tire to determine the defect and if the tire is repairable, dismounting and remounting of tire on rim, repair of tire from the inside which shall include a patch and stem that will patch the inside of the tire and fill the puncture to protect the tire belts from water damage.  Replacement of the valve stem if required, tire inflation, and rebalancing of tire if deemed necessary by the tire service technician.   All tire services shall be performed in accordance with all standard OEM requirements and practices. The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.

Medium Truck – Tire Replacement, 8R-19.5, Hwy

The Contractor shall provide all-inclusive tire replacement service.  Tire quality and tread-life warranty shall be equal to or greater than the other tires currently on the equipment, and shall meet or exceed the requirements in each line item ordered. They shall also match the size and tread style for the remaining tires on the vehicle. Tire replacement includes removal and disposal of defective tire, mount and balance new tire and installation of new valve stem.  Price shall include all shop supplies, miscellaneous truck stock supplies, tire weights, replacement of missing or damaged lug nuts, valve stem caps, and pre-expended bin materials and supplies.

Off the Road Equip. – Tire Replacement Fire Dept. 24R21 Michelin XZL

The Contractor shall provide all-inclusive tire replacement service.  Tire quality and tread-life warranty shall be equal to or greater than the other tires currently on the equipment, and shall meet or exceed the requirements in each line item ordered. They shall also match the size and tread style for the remaining tires on the vehicle. Tire replacement includes removal and disposal of defective tire, mount and balance new tire and installation of new valve stem.  Price shall include all shop supplies, miscellaneous truck stock supplies, tire weights, replacement of missing or damaged lug nuts, valve stem caps, and pre-expended bin materials and supplies.

Off the Road Equip. – Tire Replacement Fire Dept. 17.5R25 Michelin XTLA

The Contractor shall provide unscheduled tire replacement services in the field during regular Government working hours. Services may also frequently be required after regular Government working hours and during weekends or holidays. Tires shall be equal to or better than original manufacturers’ equipment. Tire replacement does not include removal and disposal of defective tire, mount and balance new tire or installation of new valve stem.  The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.  (Hampton Roads Area only.)

Off the Road Equip. – Tire Replacement 525/80R25, Michelin, X CRANE AT

The Contractor shall provide unscheduled tire replacement services in the field during regular Government working hours. Services may also frequently be required after regular Government working hours and during weekends or holidays. Tires shall be equal to or better than original manufacturers’ equipment. Tire replacement does not include removal and disposal of defective tire, mount and balance new tire or installation of new valve stem.  The Contractor shall respond within 4 hours and work shall be completed within 24 hours of notification to proceed.  (Hampton Roads Area only.)

Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact.

(2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, UEI number, and CAGE Code.

(3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business.

(4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner.

The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company’s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities.

Electronic submission will be accepted.  Responses to this Sources Sought Notice shall be submitted electronically to susan.roberts2@navy.mil and must be received no later than 10:00 AM Eastern Standard Time on 21 December 2022. Questions regarding this sources sought notice may be emailed to Susan C. Roberts at susan.roberts2@navy.mil, or via telephone at (757) 341-0091.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J025 – MAINT/REPAIR/REBUILD OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS
  • NAICS Code: 811198 – All Other Automotive Repair and Maintenance
  • Place of Performance: USA

Full details via beta.sam.gov

SOURCES SOUGHT: Construction Management Support Services

This is a non-personal services single award task order contract to provide construction management and quality assurance services. Work to be performed does not fall under the Brooks Act. Services shall not be provided which are considered closely related to inherently governmental functions. The government shall not supervise, direct, or have any direct control over the Contractors personnel. The Contractor shall furnish general construction management and quality assurance services which shall include assessment and monitoring of compliance with plans, specifications, schedules, and ancillary documents; quality assurance review of submittals, reports, plans, studies, technical documents and any other Construction Contractor document to assure compliance with plans, specifications, and ancillary documents; reporting of findings to the Field COR; file and data management; and other similar non-design tasks, as necessary. The location of projects under this Performance Works Statement (PWS) includes all of Alaska. Locations supporting all of Alaska includes remote sites, installations, bases, etc. location will be provided for each specific Task Order. Sources Sought Notice was initially published under W911KB22R0031.

NOTE: Visit ‘https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W911KB23R0014’ to obtain more details.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: H356 – INSPECTION- CONSTRUCTION AND BUILDING MATERIALS
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: AK, USA

Full details via beta.sam.gov

SOURCES SOUGHT: Security Services

See attached Sources Sought and PWS for Up Range Secuirty at White Sands Missile Range.

Timeline has been extended by two days. Timeline changed from 28 NOV 22 to 30 NOV 22.

Will there be specific information regarding the number of Security Officers, additional required personnel/certifications or training should the contract made available to interested parties? Yes. The 31 people required is based on the total hours worked to support the contract, plus additional positions to support the missions.

Also, where will the contract listing be published should it be made available to interested parties? The contract listing will be published on SAM.gov should it be available to interested parties. 

Is there a timeframe for a decision? Yes. Decision made based on when services will end which is before 28 February 2023.

Secondly, Is WSMR customer (DES) in a position to sponsor any vendor for a security clearance? No, DES will not sponsor any contractor for their security clearance, that falls solely on the contractor.

Confirming that the security clearance required for this requirement is secret, correct? The Security clearance required is SECRET.

Also, what is the timeline you are tracking to obtain a security clearance? 6 months? 1 year or more? 1 Year or longer.

Is the contracting team, competition advocate available to answer a few quick questions regarding your requirements to assist in our response preparation – may I call on Wednesday, 11/23 at 11 am or 3pm EST? Unfortunately, the contrcating team is unavailable for a call. However, you are able to provide all your questions in writing and the team will answer them.

Would you be willing to accept a response nte 10 pages? Yes we are willing to accept the note in 10 pages. 

Are you taking meetings in person or virtually prior to the response due date of November 30 or after November 30? No we are not taking any in person meeting or any virtually prior to the response date of Novemeber 30th or after Novemeber 30th. 

Is the Government open to an 8(a) direct award, 8(a) competition or use of Best In Class vehicle such as OASIS? The goverernment will compete the requirment as a full and open 100% Small Buiness. 

What is the current contract number for the sources sought and how much was the value of the contract? The current contract number is W911SG17CC0003. The dollar amount for the contract is $12.6 Million dollars. 

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R430 – SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING
  • NAICS Code: 561612 – Security Guards and Patrol Services
  • Place of Performance: White Sands Missile Range , NM 88002 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Web-based human resources software

The Government is looking for software that allows human resources professionals to gather feedback from employees in order to shape or drive policies related to the unit’s people through the employment and collection of surveys or other feedback mechanisms. It should also be able to help employees develop resiliency and a sense of agency in development/growth. This requirement is for software licenses for the product, rather than Government ownership.

Our intent is the same as any other large-scale enterprise with thousands of employee stakeholders: to provide our people with both resources to help them be the best at what they do, and to have another way to help our organization provide the best work environment possible through informed policy and decision-making.

The software should be commercially-available. It should be useable by accessing a website for both the employee and HR “sides” of the interface. Some examples of the capabilities we are looking for include:

  • Based on survey results, software must be capable of recommending/providing training to assist employees improve individual mindset and motivation
  • Link employees’ capabilities and motivation to the organization’s mission to enhance workforce resiliency and engagement
  • Track information needed to prepare employees to meet the organization needs,
  • Provide management with informative dashboards that showcased aligned employee motivation and linkage to the organization culture/mission in a real time environment that will enhance mission accomplishment,
  • Have to capability to provide management with key information to help decrease absenteeism, high personnel turnover, and increase performance and quality of life.
  • Real time dynamic information
  • Scalable to meet additional management requirements

The Government has no product specification, nor do we have an existing product in mind. We seek industry input/feedback on available products that can help us achieve the above.

NOTE: We cannot use any software that requires installation on Government equipment due to certain restrictions. Any solution must be web-accessible.

We ask respondents to tell us about:

1) their product: What does it do? Does it include the functions described? All of them? Some? Can it include those things? What else can it do?

2) their company: Small business? Large? CAGE code?

Product specifications are welcome. E-mail the point of contact for this release for any clarifications or questions.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 
  • NAICS Code: 511210 – Software Publishers
  • Place of Performance: Redstone Arsenal , AL 35898 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Storage Building for Taylorsville, KY

The U.S. Army Corps of Engineers, Louisville District is seeking Small Business vendors who are interested in constructing a 30′ x 90′ clear span building in Taylorsville, KY.

Estimated Magnitude of Construction is Between $100,000 and $250,000.

See attached Scope of Work (SOW) for more details.

Interested vendors please respond to SFC Brandon Barber at brandon.barber@usace.army.mil and provide your Unique Entity Identifier or Cage Code.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1EB – CONSTRUCTION OF MAINTENANCE BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Taylorsville , KY 40071 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Electrical Construction Services at Mike Monroney Aeronautical Center

THIS PROCUREMENT IS 100% SET-ASIDE FOR COMPETITION LIMITED TO ELIGIBLE:

(1) SOCIALLY AND ECONOMICALLY DISADVANTAGED BUSINESSES [8(A)], CERTIFIED BY THE SMALL BUSINESS ADMINISTRATION,

(2) SERVICE-DISABLED, VETERAN-OWNED SMALL BUSINESSES AND

(3) OTHER SMALL BUSINESS;

LOCATED WITHIN THE STATE OF OKLAHOMA

LOCATION OF WORK/PROJECTS: Mike Monroney Aeronautical Center, 6500 S. MacArthur Blvd, Oklahoma City, Oklahoma.

This market survey is being issued to assist the FAA in meeting ongoing requirements for miscellaneous electrical construction services for: alteration, extension, conversion, and/or modernization of existing facilities.  This also includes new construction if required.  These services will be required for commercial, industrial, and utility type of facilities located at the Mike Monroney Aeronautical Center.   Contractors must provide all labor, materials, and equipment required for all work as described in the applicable contract documents.  See attached draft Statement of Work (SOW) for details.  Please note that attachments referenced in the SOW are not available.

The FAA contemplates multiple contract awards in the following trade: electrical.  Contract performance periods will be one-year base periods with four 1-year option periods to be exercised at the sole discretion of the Government.  Task orders will be placed against the contracts to fund projects throughout the year.

Work requirements under these contracts can range from $500 – $1,000,000 each.  It is estimated that $9 million in electrical construction task orders will be issued over the course of the contract periods to include option years.

Requests for task order proposals for projects will be issued to all contract holders for the electrical construction trade, and will be accompanied by a project description, construction drawings, and usually detailed specifications.

Expedited competitive procedures, e.g., rapid turn-around times (TAT)/completion dates, generally under 15 days will be detailed in the request for task order proposals.  Projects can be directly awarded by the Ordering Official if needed.

Due to urgent requirements and expedited turn-around times, completion of projects, etc., offerors MUST have a primary location within the state of Oklahoma.

All contracts will be 100% set-aside for award to small businesses.  This market survey is being issued to encourage interest from Service-Disabled Veteran-Owned Small Businesses (SDVOSB); or SBA-certified Socially and Economically Disadvantaged (SEDB) contractors in the 8(a) program.

The purpose of this announcement is to conduct a market survey to solicit statements of interest and capabilities from interested vendors in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1.  The Government requirements included in this market survey permit contractors that are: (1) certified, under the 8(a) program with the Oklahoma SBA District Office; (2) Service-Disabled Veteran-Owned Small Businesses (SDVOSB) located within the state of Oklahoma, or; (3) a small business located within the state of Oklahoma an opportunity to express and submit interest to work this requirement.

All responses, including attachments, are to be sent electronically to heather.a.amaral@faa.gov by 3:30 P.M, Central Standard Time on July 1, 2022.  Any information provided in response to this notice is for informational purposes only and will not be released.  Any proprietary information submitted will be protected if appropriately marked.  No evaluation of vendors will occur and vendor participation in any informational session is not a promise of future business with the FAA.

All interested parties are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this notice.  Therefore, any costs associated with responses to this market survey will be solely at the interested party’s expense.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J041 – MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code: 238210 – Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance: Oklahoma City , OK 73169 USA

Full details via beta.sam.gov

SOURCES SOUGHT: 183 CES Repair Vehicle Maintenance Building P-19

The 183d Mission Support Contracting Office, 183d Wing Illinois Air National Guard, Springfield IL, is issuing this sources sought for Repair Vehicle Maintenance Building P-19 to determine and identify SMALL BUSINESS sources with the capability, experience, and interest under the North American Industry Classification System (NAICS) code 236220. The anticipated magnitude of construction is between $1,000,000 and $5,000,000. The general scope of the project is to repair Building 19 to improve operations for the 183d Logistics Readiness Flight (LRF) and Vehicle Maintenance (VM) at the 183d Wing (WG). The repairs to the facility will create adequate space to perform critical vehicle maintenance repair functions as well as provide adequate training and tool storage space. Work on this project will include but is not limited to reconfiguration of interior administrative space, bathrooms, and work bays, as well as upgrade of electrical, HVAC, and fire suppression.

Interested parties should submit their information to the primary and secondary points of contact on this sources sought using the attached Sources Sought Information Form no later than 3:00 PM Central Daylight Time (CDT) 10 June 2022.

This is a SOURCES SOUGHT NOTICE only and shall not be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government will not accept requests for meetings or briefings related to this notification.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1AZ – CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Springfield , IL 62707 USA

Full details via beta.sam.gov

SOURCES SOUGHT: ASOG Complex Camp Murray, WA

This is NOT a request for proposal or invitation for bid; this is for market research purposes only, to assist the Washington Air National Guard to gain knowledge of potential Small Business Concerns. All interested parties should respond. The 194th Wing, Washington Air National Guard anticipates a solicitation and award of a contract to provide non-personal construction services to construct an ASOG Complex located at Camp Murray, Washington. This Sources Sought notice is to determine if there are an adequate number of qualified, interested small business concerns capable of responding to these sources sought. The scope of this project includes the construction of a conventional shallow foundation with a special reinforced masonry shear wall with brick and metal panel veneer main facility. The main facility’s square footage is approximately 56,600 S.F. and includes administrative, warehouse, simulation, and gym space. Adjacent construction will include the construction of several cantilevers, concrete slabs on grade-covered parking structures; the total square footage is approximately 15,000 S.F. Additionally, the scope includes the construction of vehicle parking and roadway extension of 41st Division Way. Construction is to be completed in accordance with applicable Unified Facilities Code Criteria. The magnitude of this project is between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is 39,500,000 average annual revenue for the previous five (5) years. In accordance with FAR 19.5, Set-Asides for Small Business, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement.

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Camp Murray, WA 98430 USA
  • Original Response Date: Jan 31, 2022, 04:00 pm EST

Full details via beta.sam.gov