Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2005 FBO #1217
SOURCES SOUGHT

Y -- Heavy Engineering Repair & Construction (HERC)

Notice Date
3/25/2005
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ AFCEE - AF Center for Environmental Excellence, HQ AFCEE/AC 3300 Sidney Brooks, Brooks City-Base, TX, 78235-5112
 
ZIP Code
78235-5112
 
Solicitation Number
FA8903-05-R-8218
 
Response Due
4/13/2005
 
Point of Contact
Kimberly Drake, Contracting Officer, Phone 210-536-4227, Fax 210-536-4254, - Gloria Godoy, Contract Specialist, Phone 210536-4488, Fax 210-536-3890,
 
E-Mail Address
kimberly.drake@brooks.af.mil, gloria.godoy@brooks.af.mil
 
Description
HQ AFCEE Heavy Engineering Repair & Construction (HERC) Acquisition Request for Information (RFI) #1 Solicitation Number FA8903-05-R-8218 25 March 2005 This announcement is not a formal solicitation and is not a request for proposals. Any formal solicitation will be announced separately. This RFI is for information and planning purposes only and is not to be construed as a commitment by the Government. Input into the acquisition strategy is encouraged and welcomed. PURPOSE/GENERAL INFORMATION. The purpose of this RFI is to solicit industry comments on an intended solicitation entitled Heavy Engineering Repair & Construction (HERC). These will be multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts using NAICS Codes 236220, Commercial and Institutional Building Construction. The small business size standard associated with this NAICS code is $28.5M. We anticipate approximately 6-10 awards with a total estimated program ceiling of approximately $4 billion (with a potential to increase by 250%). At this time, we are considering that task orders under these contracts will be negotiated as either firm-fixed priced, cost plus fixed fee, or cost plus incentive fee orders, depending on the nature of the task order requirement. Additionally, we anticipate that each HERC contract will have an ordering period of five (5) years plus an additional three (3) years to complete contracted work for a total possible period of performance of eight (8) years. Central Contract Registration (CCR) will be mandatory for these contracts. BACKGROUND. The HERC contracts represent the next major source selection in a series of contract vehicles that the Air Force Center for Environmental Excellence (AFCEE) will use to meet the long term requirements of the Air Force, the Department of Defense (DoD), and other federal agencies. Current contractual programs address environmental restoration, military family housing, and construction workload. The Design-Build-Plus 03 (DBPO3) contractual program joins aspects of design-bid-build and design-build with architectural/engineering professional services, primarily for work associated with military family housing. The Worldwide Environmental Restoration and Construction (WERC) contractual program covers requirements for environmental restoration and construction at sites located on DoD installations worldwide, as well as any other sites for which AFCEE customers have responsibilities. PROGRAM INFORMATION. The HERC contractual program will meet AFCEE customer requirements for heavy industrial and commercial construction worldwide, including locations in remote, austere, and contingency environments. We are in the process of determining the most effective construction concepts to be used on HERC. Some possibilities include traditional design-bid-build, design-build, design-build-plus, and Conceptual Work Plan/Implementation Work Plan (CWP/IWP). We would greatly appreciate your feedback on the following questions. 1. What is your degree of relevant experience in providing the full range of CONUS and OCONUS heavy construction, repair, and engineering? 2. Because we anticipate focusing the task orders under HERC on large, industrial construction projects, we are considering a minimum dollar amount for each order. What would you consider to be an appropriate minimum dollar amount for each order - $3M, $5M, etc? Please provide your input on this strategy. 3. What is the minimum and maximum dollar value project on which your firm would routinely consider submitting a proposal? 4. What is your bonding capacity for construction work? 5. What is your business size? If you are a small business, do you also qualify under any of the sub-categories (small disadvantaged business, woman owned small business, HUB zone small business, service disabled veteran owned small business, and HBCU/MI)? 6. If you are a small business, would you consider submitting a proposal as a prime contractor? 7. For this type of work, what are your actual percentages and dollars in subcontracting to small business and all sub-categories (small disadvantaged business, woman owned small business, HUB zone small business, service disabled veteran owned small business, and HBCU/MI)? 8. In what socio-economic programs do you now participate (e.g. Mentor Protégé, Indian Incentive, etc.)? What is the extent of your participation in these programs? 9. What are the most critical criteria that would distinguish one company’s capabilities from another? Explain. 10. Would you participate in this acquisition with other firms as team members or joint ventures? What other teaming opportunities do you see for this acquisition? 11. How do you see the evaluation of team members being conducted? 12. Based on information provided in the summary above, which contract process would be most effective in accomplishing heavy construction efforts, traditional construction, design-build or some other process? Explain. 13. Will your firm participate in construction activities in high-risk environments such as Iraq? 14. What are your thoughts on the planned contract length? 15. We are planning to host a Pre-Solicitation Conference to facilitate feedback on the draft RFP. What format do you think would be most beneficial? What topics would you like to hear discussed? 16. We are planning to host a Pre-Proposal School prior to final RFP release. If we do, there would be limited seating at the school. What number of people do you anticipate sending from your organization? What is the minimum number of personnel required from your firm for the school to be useful to you? 17. Do you have any other comments or suggestions that you would like to tell us? Please submit your feedback and company information by 4/13/05 to the following email address: afcee.herc@brooks.af.mil A database will be available for you to submit questions and comments concerning the proposed strategy and should be available on the HERC website listed below beginning 3/30/05. Please refrain from submitting questions or comments any other way. For further information, please visit the AFCEE website for the HERC requirement, located at http://www.afcee.brooks.af.mil/pkv/HERC/default.asp?CID=67&folde=HERC . Please note that official information concerning this acquisition will be provided only by the Contracting Officer or the Buyer. Any information received from other sources should not be relied upon as official acquisition information. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/HQAFCEE/FA8903-05-R-8218/listing.html)
 
Place of Performance
Address: Various
Country: usa
 
Record
SN00776442-F 20050327/050325213347 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.