Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2008 FBO #2431
DOCUMENT

Z -- Request for Information - Risk Assessment

Notice Date
7/21/2008
 
Notice Type
Risk Assessment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
20080721
 
Point of Contact
Tammy G Davis,, Phone: 321-853-2629, Eric T. Lizon,, Phone: (321) 853-2617
 
E-Mail Address
tammy.davis@patrick.af.mil, eric.lizon@patrick.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
REQUEST FOR INFORMATION (RFI) FOR AN INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION CONTRACT. The purpose of this RFI notice is two-fold: to identify potential Small Business Administration (SBA) certified 8(a) sources interested in providing all materials, labor, tools, equipment, transportation, supervision, management and other services to include engineering/technical design support, necessary to accomplish non-complex, minor construction, maintenance, repair, and renovation work on real property with minimum design requirements at 45th Space Wing (45 SW), Kennedy Space Center (KSC), and 482nd Mission Support Group (482 MSG) facilities; and to solicit frank industry feedback regarding the approach to this requirement and to improve the quality of the draft Statement of Work and other documents related to this effort. Two contracts are envisioned to result from a single solicitation however; your feedback on this approach is solicited. The "North Contract" will consist of approximately 65% of the work to be performed at Cape Canaveral Air Force Station (CCAFS) and the Florida annexes; and 35% of the work to be performed at KSC. The "South Contract" will consist of approximately 90% of the work to be performed at Patrick Air Force Base (PAFB); and 10% of the work to be performed at Homestead Air Reserve Base (HARB) in Florida. The 45 SW is seeking Small Business Administration (SBA) certified 8(a) firms with the qualifications, experience, and personnel, capable of performing at the various installations identified above. The Government is seeking those firms with a demonstrated history of relevant construction experience primarily focused on IDIQ-type construction contracts requiring simultaneous performance of multiple projects at multiple locations similar to the task order magnitude anticipated to be executed under these proposed contracts. Individual Work or Task Orders will be firm-fixed-price with a targeted award range of $2,000 to $750,000 with a minimum of $2,000 and a maximum of $1,000,000. Each contract is contemplated to be firm-fixed-price, IDIQ with a base year and four (4) option years, commencing in Jan 09, with a magnitude estimate of $25 to $75 million each. North American Industry Classification System (NAICS) Code 236220; Small Business Size Standard is $31,000,000.00. Potential Small Business Administration (SBA) certified 8(a) contractors are encouraged to monitor www.fbo.gov for program documents (e.g., draft Statement of Work, incremental postings of a draft Request for Proposal, results of the government's risk assessment, and various library reference materials) which will be posted from time to time. At this time, responses to this RFI notice are only requested from potential Prime Contractors, Prime/Subcontractor teams or Joint Venture entities. Names of respondents to this RFI notice will be posted to www.fbo.gov to facilitate subcontracting opportunities. Respondents must (1) state whether they are a small or large business based on the size standard above; and if applicable, identify subcontractors contemplated for use and their anticipated responsibilities; (2) indicate all of the following small business status categories that apply: Small Disadvantaged (SDB), Woman-owned Small Business (WOSB), 8(a) firm, HUB Zone firm, Service-disabled Veteran-owned Small Business (SDVOSB), Historically Black College/University or Minority Institution (HBCU/MI). Indicate if you are contemplating a Joint Venture Agreement (Joint Venture Agreements are allowable on competitive 8(a) set-asides) and if so, submit the names of the parties to the contemplated Joint Venture. 3) Please respond to the following: a) What do you consider to be the risk factors associated with this effort, and what mitigation strategies do you suggest? b) What impact does a $10M bonding capacity have on your ability to participate in this acquisition? c) Provide frank comments/suggestions and questions regarding the draft Statement of Work to include opportunities for lowering risk, and cost; d) Provide any additional information to improve upon this requirement from a technical or business perspective. Because the government reserves the right to set-aside any solicitation resulting from this RFI notice to small business, 8(a) firms, HUB Zone firms or Service-disabled Veteran-owned Small Business based on the responses it receives, it is imperative that firms respond with the required information to be accurately evaluated. Limit responses to 20 pages. All information included in any response should be specific to this RFI Synopsis. Please reference the draft Statement of Work www.fbo.gov in your response. Submit E-MAIL ONLY responses to Tammy Davis tammy.davis@patrick.af.mil or this RFI announcement by 2:00 p.m. (Eastern Time) on 30 July 2008. This RFI synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government, nor will the Government pay for information solicited hereunder. At this time, no solicitation exists. Submit all responses to this notice to the point of contact identified above by e-mail as NO TELEPHONE CALLS WILL BE ACCEPTED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=587865069947700211918e9325e35021&tab=core&_cview=1)
 
Document(s)
Risk Assessment
 
File Name: Risk Assessment (RFI Risk - 18 Jul 08 (V2).ppt)
Link: https://www.fbo.gov//utils/view?id=bb5312ab9252b2a4627ad19c549c46fb
Bytes: 542.00 Kb
 
File Name: Draft Statement of Work (SOW - 17 Jul 08 (posted).doc)
Link: https://www.fbo.gov//utils/view?id=8b66ba8e9b40825cbe9dd4f005382ffb
Bytes: 582.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 14640 Hangar Road, CCAFS, Bldg 1704, Rm 2220 MS 2037, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN01619240-W 20080723/080721223502-587865069947700211918e9325e35021 (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.