The 914th Civil Engineering Squadron and the 914th Contracting Squadron (914 PK) are currently seeking sources for a services requirement for the Repair Fire Damage, Building 700 at Niagara Falls ARS, NY.
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid, nor does it restrict 914 PK to an ultimate acquisition approach. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement under a small business set-aside program. All businesses capable of providing these services are invited to respond to this source sought synopsis.
No contract will be awarded from this announcement and requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information or administrative costs in response to this announcement; all costs associated with responding to this RFI will be solely at the interested party's expense. Any information submitted by respondents to this notice is strictly voluntary.
This Sources Sought Notice is in support of market research being conducted by 914 PK to determine potential sources capable of fulfilling all requirements associated with the Repair Fire Damage, Building 700 at the Niagara Falls Air Reserve Station (NF ARS).
The 914th Air Refueling Wing is specifically seeking small business Remediation Services Contractors with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement.
DESCRIPTION OF SERVCIES. Contractor to furnish all plant, labor, parts, materials, equipment, transportation and supervision required to complete the following project, Repair Fire Damage, Building 700, to include the following: Perform remediation, waste handling, and disposal of hazardous materials identified in the attached sampling and analytical report, in accordance with New York State regulations, and other requirements stated herein; clean all Main Bay surfaces; clean Main Bay Oil–Water Separator (OWS) pit; Clean Main Bay trench drain; Clean surfaces of sliding shelving units located on the north side of Main Bay; Clean all surfaces of Foyer (Room 118-1) at south-east corner of Main Bay; Replace Carpeting in Areas West of the Main Bay; Clean all hard floor surfaces in areas west of the Main Bay; Clean Room 120-1 and Room 123-1 in Airfield Management office; and Clean hallways and rest rooms in area east of Main Bay.
This building is occupied, and all repairs will need to be coordinated with the user. All work will need to be completed while allowing for continued use of the building.
The North American Industry Classification System (NAICS) Code for this procurement is 562910 and the annual size standard is 1,000 employees.
The Government is contemplating a Firm Fixed Price (FFP) contract.
This is a new procurement. It does not replace an existing contract. No prior contract information exists.
Interested sources are invited to respond to this sources sought announcement by submitting to the Contracting Office a brief capabilities statement package. Please use the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Data Form (form attached).
The Sources Sought Project Information Form shall be used to document a minimum of two (2) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed above. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought.
The contractor should seek to demonstrate environmental remediation services through the listed projects. For the projects provided, include the project title, description, contract amount, award date, completion date, role of the contractor, and percentage of work self-performed for each job.
Prospective vendors shall have an active registration in the System for Award Management (SAM) database, including all active Representations and Certifications. For more information, visit www.sam.gov.
Notifications of interest must be submitted in writing via email; phone calls will not be accepted. Interested parties should respond as soon as possible but no later than close of business April 3, 2025.
The submission package shall ONLY be submitted electronically to Mary Pyle Platts at the following address: mary.pyleplatts@us.af.mil You are encouraged to request a "read receipt". Telephonic submissions and questions will not be entertained.
This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended.