Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
SOURCES SOUGHT

Z -- Interim SABER Contract, Vandenberg AFB, CA

Notice Date
7/30/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
VAFBInterimSaber
 
Archive Date
8/28/2009
 
Point of Contact
Terri L. Waywell, Phone: 805-605-7031, Rebbecca Drydol-Brandon, Phone: (805) 606-7610
 
E-Mail Address
terri.waywell@vandenberg.af.mil, rebbecca.drydol-brandon@vandenberg.af.mil
(terri.waywell@vandenberg.af.mil, rebbecca.drydol-brandon@vandenberg.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The 30th Contracting Squadron is publicizing this SOURCES SOUGHT NOTICE in order to gather industry information with respect to an interim Multiple Award Simplified Acquisition of Base Engineering Requirements (SABER) program at Vandenberg AFB, CA. No solicitation is being issued at this time. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result. The Air Force will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation, including specifications and/or drawings, will be made available only on the Federal Business Opportunities website (https://www.fbo.gov/). Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments. The government is seeking to identify qualified, experienced, and interested 8(a) small businesses located in California capable of performing the type of work as described herein. The interim SABER program would consist of multiple, firm-fixed-price, indefinite-delivery, indefinite-quantity contracts to provide a vehicle for executing a broad range of minor non-complex construction projects for maintenance, alteration or repair of real property or base infrastructure at Vandenberg Air Force Base, California and its associated sites. Each contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish projects. In general, SABER program contractors would be given fair opportunity to compete for projects described in individual task order solicitations and would be expected to accomplish a wide variety of tasks in a variety of trades including, but not limited to, carpentry, roofing, excavation, electrical, plumbing, sheet metal, painting, demolition, mechanical, concrete masonry, welding and other general contracting work. For the purpose of this Request for Information (RFI), the anticipated North American Industrial Classification System (NAICS) code is 236220 / Commercial and Institutional Building Construction, with a size standard of $33,500,000.00. All interested parties are invited to respond and must be currently registered in the Central Contractor Registration (CCR) database ( http://www.ccr.gov/ ). The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement evolve from this preliminary planning process, it is anticipated that as many as three (3) contracts could be awarded, each for a term consisting of one base year plus four, 1-year option periods. Task Orders written against SABER contracts are anticipated to range between $2,000.00 and $750,000.00. The overall program value is still under consideration; however, at this point it is roughly anticipated to range between $10,000,000.00 and $25,000,000.00 over a five-year period. If your firm has an interest in proposing on future requirements as described above, please prepare and transmit a Capability Statement to Terri Waywell or Rebbecca Drydol-Brandon via mail to 30 CONS/LGCA, 1515 Iceland Ave, Bldg 8500, Room 150, Vandenberg AFB, CA 93437-5212; fax to (805) 606-5867; or email to terri.waywell@vandenberg.af.mil no later than 4:00 PM PDT, 13 August 2009. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, it is strongly recommended that interested firms follow-up via telephone, if an acknowledgement is not received back via email, to ensure receipt of your submission by the Government. Capability Statements shall be limmited to five (5) pages and at minimum should include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, email address, CAGE Code and DUNS Number. 2. Company's business size, to include number of employees and average annual receipts for the last three fiscal years (please indicate fiscal period), and number of years in the construction industry. 3. Applicable business size and/or socioeconomic statuses (i.e. Large Business, Small Business, Emerging Small Business, SBA Certified 8A Program Participant, SBA Certified HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Veteran Owned Business, Woman Owned Business). 4. Evidence of financial capibility and technical management resources to support a requirement of this nature and size. 5. A listing of any government contracts held over the last three (3) years with current references and points of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/VAFBInterimSaber/listing.html)
 
Place of Performance
Address: Vandenberg, California, 93437, United States
Zip Code: 93437
 
Record
SN01893893-W 20090801/090731001105-703896980e9cb99e68f5294d03642e29 (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.