SOLICITATION NOTICE
Y -- Multiple Award Task Order Contract (MATOC) - Construction
- Notice Date
- 4/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 92nd Contracting Squadron, 110 West ENT, Fairchild AFB, WA, 99011-8568, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA4620-07-R-B001
- Small Business Set-Aside
- 8a Competitive
- Description
- The 92d Contracting Squadron will be soliciting (limited to SBA Regions VIII, IX and X, SBA 7700-07-703600) for a competitive 8(a), Multiple Award Task Order Contract (MATOC) to provide indefinite delivery/indefinite quantity and design-build (non-complex) construction efforts to support the 92d CES mission at Fairchild AFB, Washington. This acquisition will encompass requirements that have, in the past, been acquired utilizing the Simplified Acquisition Base Engineer Requirements (SABER). Individual task order work will consist of multiple disciplines in general construction categories and execute a broad range of maintenance, repair, minor and/or new construction. Task order limits will be $2,000 to $650,000. The contractor shall provide all material, equipment, labor and general conditions to accomplish design, maintenance, repair, and minor construction projects in an expeditious manner. The maximum program value (combined value of all task orders from all awarded contracts) is not to exceed $20M over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. Work to be performed under the MATOC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 Construction, Subsection 236 Construction of Buildings size standard $31M and Subsection 237 Heavy and Civil Engineering Construction, size standard $31M. The work may include facility upgrades, utility work, airfield pavement, roads, roofs and other assorted repair and maintenance projects. The construction work includes tasks in various trades such as carpentry, asbestos abatement/removal, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Locations of work will be at Fairchild AFB, WA and other associated sites outside the base proper. All off base sites are within 80 miles of Fairchild AFB. Offers are solicited only from small business concerns who are expressly certified for participation in the 8(a) program; and North American Industry Classification System (NAICS) Code 236220 must specifically be included in the Offerors approved business plan. A Request for Proposal (RFP) is contemplated utilizing best value source selection procedures described in Federal Acquisition Regulation (FAR) 15.3, Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315.3, and AFFARS Mandatory Procedures 5315.3, targeted toward competitive 8(a) with a 45-day response time (offers due 45 days after issuing). In using this approach, the Government seeks to award up to three (3) contracts to those offerors who give the Air Force the greatest confidence that they can meet our requirements for 35% design and construction expertise on infrastructure renovation, repair, new construction, roads, and/or airfield work. The solicitation will include a 35% design/build seed project that will be used to evaluate these requirements. The seed project magnitude is $500,000 to $650,000. The offeror's proposal must convey to the Government that the offeror is capable, possess sufficient technical expertise and experience, possess sufficient resources, and is able to plan, organize, and use those resources in a coordinated and timely fashion such that the technical requirements shall be achieved and costs shall be controlled. Fairchild plans to include the following factors and sub-factors: 1) Mission Capability, 2) Proposal risk; 3) Past Performance; and 4) Pricing. Within the Mission Capability Factor the following 2 sub-factors with be used: a) Technical Capability/Execution and Completeness of the Seed Project and b) Change and Cost Control Management. Mission Capability, Proposal Risk, and Past Performance Factors are considered equal in importance. The sub-factors within Mission Capability are also considered equal in importance. Combined, all three factors are significantly more important than cost or price. Cost/Price, however, will contribute substantially to the selection decision and will be assessed for reasonableness. The three highest rated offers from the source selection will receive basic contract award (up to 3). The highest rated offer will be awarded the seed project subject to availability of funds. All contractors receiving award will receive a not-to-exceed $2000 task order for the MATOC orientation seminar to satisfy the contract minimum requirement. These contracts will be issued as direct awards between the contracting office and the 8(a) Contractor pursuant to the Partnership Agreement dated February 1, 2002, between the Small Business Administration (SBA) and the Department of Defense. The solicitation will be available in electronic format only. The RFP will be posted on the website at http://www.fbo.gov/ on or about 24 May 2007 and close on or about 22 August 2007. No hard copies will be provided. It is the contractor?s responsibility to check the website for any and all amendments to this solicitation. Prospective contractors must be registered in the Central Contractor Registration (CCR) database before award of a government contract; failure to register in the CCR database may cause your firm to be ineligible for award.
- Place of Performance
- Address: 92d Contracting Squadron,, 110 W Ent St,, Fairchild AFB, WA
- Zip Code: 99011-8568
- Country: UNITED STATES
- Zip Code: 99011-8568
- Record
- SN01274286-W 20070418/070416220646 (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 |