Similar Projects
Eglin AFB, Tyndall AFB, Hurlburt Field FY22 MACC
Renovation
Design
$10,000,000 to $20,000,000 est. value
Eglin AFB, Hurlburt Field, Panama City, FL 32403

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Addition/Alteration and Repair Child Development Center, Building 90353
Addition, Demolition, Renovation, Infrastructure - 1,929 SF
Post-Bid
$5,000,000 CJ est. value
Hurlburt Field, FL 32544

Design-Build and Design-Bid-Build Indefinite-Delivery Indefinite-Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast Area of Operations N69450-20-R-0097
Results
$20,000,000 to $100,000,000 est. value

Advance Notice - Construct Munitions Maintenance Facility and Igloos - Eglin Air Force Base, Florida
New Construction
Results
$10,000,000 to $25,000,000 est. value
Eglin AFB, FL

RFP D/B - Design and Construction of Zone 3 - WEG HQ/Maintenance Hangar and Apron Facilities
New Construction, Infrastructure - 211,419 SF
Construction
$195,651,603 CJ est. value
Tyndall AFB, FL 32403

SOF Special Tactics Operations Facility (23STS) FTEV103005
New Construction - 103,700 SF
Post-Bid
Hurlburt Field, FL 32544

Convert Mini-Mall to Admin Facility, Bldg. 90228
Renovation
Results
$250,000 to $500,000 est. value
Hurlburt Field, FL

Weapons Research Experimentation Control Center (WRECC) Facility
New Construction, Infrastructure - 6,600 SF
Post-Bid
$10,000,000 CJ est. value
Eglin, FL 32542

RFQ Contractors - Repair Fire Suppression/Alarm System Building 615
Renovation
Post-Bid
$5,000,000 CJ est. value
Eglin, FL 32542

Alter Interior & Exterior, 492 Sow, Bldg 90322
Renovation
Post-Bid
$1,000,000 to $5,000,000 est. value
Hurlburt Field, FL

B73 Lab Extension
Addition - 7,000 SF
Post-Bid
Eglin AFB, FL

RFQ D/B - Design/Build Flightline Fire Station at Duke Field Eglin AFB
Renovation
Post-Bid
$25,000,000 CJ est. value
Duke Field AFS, FL 32542

Northwest Florida Air Force (NWF-AF) Multiple Award Construction Contract (MACC)
New Construction
Post-Bid
$10,000,000 to $20,000,000 est. value
Eglin AFB, FL 32542

Renovate Building 600
Renovation
Post-Bid
$25,000,000 CJ est. value
Eglin, FL 32542

Last Updated 01/31/2023 06:32 AM
Project Title

RFQ - Construct Concrete Targets

Physical Address View project details and contacts
City, State (County) Eglin, FL 32542   (Okaloosa County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $20,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Project Title: Construct Concrete Targets, Eglin Air Force Base Solicitation Number: FA2823-23-R-0005 This is a Sources Sought Notice. This is NOT a pre-solicitation notice pursuant to FAR Part 5. The United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operational Contracting Office, Eglin AFB, Florida, is currently conducting market research seeking capabilities statements from all small businesses, that are capable of furnishing all plant, labor, materials, equipment and all operations in connection with Construction of Concrete Targets as indicated on the draft contract documents. See attached: Specifications for Construct Concrete Targets on Eglin AFB, FL, dated 14 April 2020. The estimated magnitude of this Requirements contract is approximately $20,000,000.00 for the Basic plus four (4) One-year option years combined. Basic year performance period is 365 calendar days with each additional option period of 365 calendar days. The NAICS Code assigned to this acquisition is 238110, Poured Concrete Foundation and Structure Contractors, with a size standard of $19M. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreigncontrolled firm and any contemplated use of foreign national employees on this effort. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. To register in SAM, go to https://sam.gov All interested vendors shall submit a response demonstrating their capability to perform this effort to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought posting is voluntary. This Sources Sought Notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a set-aside for small business, or for any particular small business program. CAPABILITIES STATEMENT: All interested and qualified small businesses shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. List previous contracts with like requirements of similar scope and magnitude that your company has been awarded and submit your company's name, address, point of contact, Cage Code, telephone number, and size of business pursuant to NAICS code 238110, small business size standard $19M. In addition to the size of business, indicate all classes of business that fit your firm, e.g., 8(a), Veteran Owned, etc. Responses are limited to five (5) pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing or performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: benjamin.roberts.11@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA2823-23-R-0005, Construct Concrete Targets." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 09 MARCH 2023. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to any forthcoming synopsis and solicitation. Direct all questions concerning this requirement to Lt. Benjamin Roberts at benjamin.roberts.11@us.af.mil The method of contractor selection has not been determined at this time.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents