Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2005 FBO #1466
MODIFICATION

38 -- SATOC

Notice Date
11/29/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-06-R-0001
 
Response Due
8/9/2005
 
Point of Contact
Susan Gill, Contract Negotiator, Phone 210-652-3424, Fax 210-652-3445, - Martha Giannotti, Contract Specialist, Phone 210-652-6157, Fax 210-652-5733,
 
E-Mail Address
susan.gill@randolph.af.mil, martha.giannotti@randolph.af.mil
 
Description
The Air Education and Training Command Contracting Squadron (AETC CONS) at Randolph AFB, TX, intends to award multiple contracts to provide worldwide construction and engineering activities supporting the Sustainment, Restoration, and Modernization (S/R&M) of real property. Projects will be located at various locations worldwide. This contract is referred to as Sustainment, Restoration, and Modernization Acquisition Task Order Contract (SATOC). The SATOC Program is intended to serve as the primary contract vehicle for AFCESA?s newly formed S/R&M program and primarily supports existing Air Force facilities and infrastructure. The program supports a range of S/R&M efforts with both small (<$100K) and large task orders (>$5M) expected. The SATOC contractual program will meet AFCESA customer requirements worldwide, including locations in remote, austere, and hostile environments. The contract will be available for use by all Federal agencies. The capabilities under this contract are intended to provide planning and construction support for the Air Force, any DoD component, any US Federal Government agency operating in support of missions which could include but are not limited to National Command Authority, joint or combined United States military forces acting as part of or in concert with United Nations (UN), North Atlantic Treaty Organization (NATO), multinational force, or other organizations. Support can include a wide spectrum of single or multi-theater tasking to meet requirements within and outside the Continental United States. The SATOC acquisition strategy contemplated is awarding multiple Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts with pricing arrangements Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF). Requirements will be satisfied via turn-key, design build/design build plus, concept work plan/implantation work plan, traditional construction delivery types as well as incidental maintenance activities. The North American Industry Classification System (NAICS) Code for this acquisition is 236220 with an applicable size standard of $28,500,000. Award will be made to the Offeror(s) proposing the combination most advantageous to the Government based upon an integrated assessment of the evaluation factors and subfactors described below. Historically, firm fixed pricing arrangements have met the needs of our customer, however, periodically the requirement will not be as definitive, therefore the CPFF pricing arrangement is added to the contract line item structure. Contract clauses for both pricing arrangements have been included in the solicitation as well as applicable construction clauses to include Davis Bacon requirements, Service Contract Act clauses for the incidental services included in the statement of work, Status of Forces Agreement (SOFA) language, Security Classification (DD254) language and required indefinite delivery-indefinite quantity clauses. In accordance with FAR 19.10, this requirement will be competed as full and open competition. The AETC CONS intends to award approximately 15 to 20 awards with a program ceiling of $10B over a ten-year period. The request for proposal (RFP) will be unrestricted and provide for full and open competition. Based on the requirements of this acquisition and the capability to perform world wide, the solicitation will stress teaming arrangements. Based on historical acquisition information, a portion of the requirement is set-aside for 8(a), Small Disadvantaged Veteran Owned Small Business (SDVOSB) and HUBZone small business awards. We anticipate making 15-20 awards, with up to 5 of these awards as 8(a) set asides, up to one SDVOSB and up to one HUBZone small business (depending on proposals received). The proposed contract is expected to be a five (5) year basic plus five (5) one year options Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. Task orders will be issued against the contract as required. The RFP release date is scheduled for 15 Dec 05 and will be posted on both FEDBIZOPPS and the HQ AFCESA website at http://www.afcesa.af.mil/satoc. The proposal due date is scheduled for 15 Feb 06, however, Past Performance Information (PPI) Forms are due NLT 15 days prior to the proposal due date or 30 January 06. The Government anticipates making award(s) without discussions. All inquiries or comments are to be provided in writing to AETC CONS/LGCK, Attention: Ron A. Mortag, 2021 First Street West, Randolph AFB, TX 78150-4302, fax (210) 652-3445 or via e-mail (ron.mortag@Randolph.af.mil), phone 210-652-4856 or Martha Giannotti (martha.giannotti@Randolph.af.mil) phone (210) 652-2490.
 
Place of Performance
Address: Various worldwide locations
 
Record
SN00941291-W 20051201/051130090139 (fbodaily.com)
 
Source
FedBizOpps 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.