Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2005 FBO #1284
SOLICITATION NOTICE

Z -- General Construction

Notice Date
5/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
238130 — Framing Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-05-R-0005
 
Response Due
6/15/2005
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The Air Force Research Laboratory, Rome Research Site (AFRL Rome), has a requirement for a new General Construction I.D.I.Q. This acquisition includes, but is not limited to furnishing all labor, materials, equipment, supervision and warranties required for a Fixed-Price/Indefinite Delivery, Indefinite Quantity contract for a broad range of maintenance, repair and minor construction at various facilities and associated grounds at Air Force Research Laboratory (AFRL), Rome Research Site, Rome, New York; the Defense Finance & Accounting Service- Rome; and all associated sites (Newport Test Annex 1, Newport Test Annex 2, and Stockbridge Test Annex); all within 35 miles. The work is required in support of Rome Research Site, Civil Engineer (CE) activities. This work includes the maintenance, repair, and installation of all components, devices, equipment and associated systems, including but not limited to indoor and outdoor Carpentry and Masonry, Painting, Fencing, Plumbing, and Electrical maintenance. The contractor will employ a recognized testing agency and submit a certified balance report for balancing work required under this contract. During the contract period, CE will identify construction tasks required to complete each specific job, and Operational Contracting will negotiate and issue individual delivery orders to the contractor to complete these projects. The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the projects. Individual jobs will vary in size and complexity. Guaranteed minimum over the life of the contract is the amount of the first delivery order; minimum delivery order: $2,500.00, maximum delivery order: $25,000.00. The first order is anticipated to be less than $25,000. The North American Industry Classification System (NAICS) Code is 238130, with a Small Business Size Standard of $12.0 million. The performance period will be sixty months. This is a competitive best-value solicitation in which competing offerors? past performance history is more important than price. This procurement is 100% SET-ASIDE FOR CERTIFIED HUB-Zone CONTRACTORS. This solicitation and specifications will be distributed solely on the World Wide Web at the following FedBizzOpps web site beginning on or after 15 June 2005: http://www.eps.gov. Prospective offerors will be asked to register for this solicitation at the above referenced web site. ALL prospective offerors are responsible to visit the FedBizOpps web site frequently and obtain any amendments or other information pertinent to this Request for Proposal (RFP). Also, each prospective offeror interested in submitting a proposal on this RFP should register by email to: Michael.Graniero@rl.af.mil in order to be placed on the source list. Include company name, address, telephone/fax numbers, point-of-contact, and e-mail address. Offerors registering on the source list shall not conclude that they will receive a paper copy of the RFP, as no paper copies will be issued. Closing date of this solicitation will be 15 June 2005. NO PAPER COPIES OF THE SOLICITATION WILL BE MAILED. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. NOTE: IN ORDER TO RECEIVE AN AWARD FROM ANY RESULTANT SOLICITITATION, SHOULD ONE BE ISSUED, THE SUCCESSFUL OFFEROR MUST BE CENTRAL CONTRACTOR REGISTEDED (CCR). THE CCR WEBSITE IS: http://www.ccr.gov/. THE SUCCESSFUL OFFEROR MUST ALSO HAVE AN ACTIVE ONLINE REPRESENTATION AND CERTIFICATION APPLICATION (ORCA). THE ORCA WEBSITE IS: http://orca.bpn.gov/.
 
Record
SN00818373-W 20050602/050531211859 (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.