Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2008 FBO #2313
SOLICITATION NOTICE

Y -- Multiple Award Construction Contract - Combined Acquisition - Andersen AFB, Guam AND Hickam AFB, HI

Notice Date
3/25/2008
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-08-R-1002
 
Point of Contact
Michael Gentry, Contract Specialist, Phone 808-448-2930, Fax 808-448-2920, - Paul Cunanan, Contract Specialist, Phone (808) 448-2944, Fax (808) 448-2911
 
E-Mail Address
michael.gentry@hickam.af.mil, paul.cunanan@hickam.af.mil
 
Description
This project is an Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract (MACC) at Andersen AFB, Guam and Hickam AFB, Hawaii. The MACC is a contract for execution of a broad range of maintenance, repair and minor construction and may include design. Contractors will be expected to accomplish a wide variety of individual construction tasks, including, but not limited to, 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 be as low as $400,000, or may be well in excess of $5,000,000, however most task orders will fall in the range of $500,000 to $1,000,000. The program value is Not-to-Exceed $160,000,000 over a five-year period. Andersen AFB, GU will be allocated $100,000,000 over the life of the contract, while Hickam AFB, HI will be allocated $60,000,000. Each contract awarded will contain a basic 12-month period and four 12-month option periods. The government anticipates awarding between 8-12 contracts to service Hickam AFB, Hawaii and Andersen AFB, Guam, with 5-7 contracts allocated to Hickam AFB, HI and 3-5 contracts allocated to Andersen AFB, GU. Qualified contractors who receive a contract in the Hickam MACC may also be considered for award in the Andersen MACC and vice versa. Contractors will be required to designate their interest in projects located at only Hickam AFB or Andersen AFB, or both bases. Declinations of interest in one of the other locations will not adversely affect your ability to participate in these acquisitions. No preference will be given to Contractors who submit proposals for both bases. 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 separate seed projects for Andersen AFB, GU and Hickam AFB, HI. Award of the seed projects will satisfy the guaranteed minimum for the first contract awarded. 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 8(a) set-aside, tiered evaluation, unrestricted competition, or a combination of these. An actual solicitation is expected to be issued on or about 7 April 2008. The closing date and time for submission of offers will be contained in the solicitation package. The entire solicitation, including MACC General Provision and a seed project package, will be made available only on Electronic Posting System (EPS) single government point of entry (GPE) Web Site at http://www.fedbizopps.gov at that time. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. Potential offerors MUST register at http://www.fedbizopps.gov in order to receive notification and/or changes to the solicitation. All contractors MUST be registered in the Central Contractor Registration database or their proposal will not be considered. Contractors can obtain further information on the Central Contractor Registration (CCR) at web site http://www.ccr.gov. This notice does not obligate the Government to award a contract or multiple contracts nor does it obligate the Government to pay for any bid/proposal preparation costs. A pre-bid/pre-proposal conference will be conducted at Hickam AFB, HI, on/around 15 April 2008, and at Andersen AFB, GU, on/around 17 April 2008, for the purpose of explaining the concepts involved with the project and answering questions regarding the project and solicitation. If there are any questions on the above information, please send them by e-mail to both Lt McAllister Gentry, michael.gentry@hickam.af.mil and Paul Cunanan, paul.cunanan@hickam.af.mil . NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAR-2008); 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.fbo.gov/spg/USAF/PAF/15CONS/FA5215-08-R-1002/listing.html)
 
Place of Performance
Address: Hickam AFB, HI 96853 Andersen AFB, GU 96929
Zip Code: 96853
Country: UNITED STATES
 
Record
SN01541572-F 20080327/080325230711 (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.