Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2008 FBO #2270
SOURCES SOUGHT

Y -- Multiple Award Construction Contract - Andersen AFB, Guam

Notice Date
2/11/2008
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, GU, 96543-4040, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA5240-08-R-0002
 
Response Due
2/27/2008
 
Point of Contact
David Robledo, Contracting Officer, Phone 671-366-3472, Fax 671-366-1741, - Jan Mangubat, Contract Specialist, Phone 671-366-6622, Fax 671-366-1741
 
E-Mail Address
david.robledo@andersen.af.mil, jan.mangubat@andersen.af.mil
 
Description
36 CONS is seeking the interest of potential and eligible contractors in an Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract (MACC) at Andersen AFB, Guam and other federal government locations throughout the Marianas Islands. Responses are due no later than 15 calendar days after publication of this synopsis. The MACC is a contract for execution of a broad range of maintenance, repair and minor construction and may include design. Work to be performed under the MACC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 - Construction, Subsection 236 - Building Development and General Contracting - size standard $31 Million (except dredging and surface cleanup activities; Subsector 237 - Heavy Construction - size standard $31 Million and Subsector 238 - Special Trade Contractors - Size standard $13 Million. Contractors will be expected to accomplish a wide variety of individual construction tasks, including design/build, renovation, additions/upgrades, along with specific work in Heating/Ventilation/Air Conditioning, electrical, mechanical and other major trades. Description of the work will be identified in each individual task order. Individual task orders may range between estimated $200,000 - $5,000,000, but may be less or greater. The program value is Not-to-Exceed $100,000,000 over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. The government may award as many as 3 - 5 contracts. The government will evaluate offers and select the awardees utilizing the best value source selection procedures described in the Federal Acquisition Regulation (FAR Part 15.3) and Air Force Federal Acquisition Regulation Supplement (AFFARS 5315.3). In using this best value approach, the government seeks to award to those offerors who give the Air Force the greatest confidence they will best meet our requirements affordably. While the government source selection evaluation team and the source selection authority will strive for maximum objectivity, the source selection process, by its nature, is subjective. This may result in an award being made to higher rated, higher priced offerors where the decision is consistent with the evaluation factors in the RFP and the selection authority reasonably determines that the technical superiority, and/or overall business approach, and/or superior past performance, of higher priced offerors outweighs the cost difference. The RFP will identify a seed project which will be awarded to the highest rated offeror for the first award. All other successful awardees are guaranteed a minimum of $2,500. The government will compete future individual requirements among the awardees. This acquisition is being considered for Section 8(a) set-aside, partial HUBZone set-aside, unrestricted competition, or a combination of these. In responding to this sources sought synopsis, please indicate your interest as a prime contractor, teaming partner, joint venture, primary subcontractor and indicate where your business is 8(a) and/or HUBZone certified, large, or small and provide evidence of recent (within three (3) years), relevant (multiple trade, multiple task order) experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers and a statement as to why the project is relevant, and; (d) availability of bonding of at least $10,000,000 (maximum anticipated for each performance period) for this project.
 
Place of Performance
Address: 36 CONS/LGCA, UNIT 14040, BLDG. 17000, APO, AP
Zip Code: 96543
Country: GUAM
 
Record
SN01505661-W 20080213/080211225646 (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.