SOURCES SOUGHT
Z -- Simplified Acquisition of Base Engineer Requirements (SABER)
- Notice Date
- 10/6/2009
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
- ZIP Code
- 85309
- Solicitation Number
- FA4887-10-R-0002
- Point of Contact
- Samuel A. Lopez, , James O. Sowden,
- E-Mail Address
-
samuel.lopez@luke.af.mil, james.sowden@luke.af.mil
(samuel.lopez@luke.af.mil, james.sowden@luke.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The purpose of this Sources Sought notice is to obtain information from potential and eligible contractors for a Simplified Acquisition Base Engineering (SABER) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This Sources Sought is being done to identify potential Small Business Administration (SBA) certified 8(a) firms located in Arizona, Nevada, California, Hawaii, and Guam (SBA Region IX) with the ability to perform under a SABER contract at Luke AFB, Ft. Tuthill Recreational Area, and the Barry M. Goldwater Range (BMGR). Work under the SABER contract consists of real property maintenance, repair, remodel, alteration, and minor construction projects to include building, industrial, and commercial work at Luke AFB, Ft. Tuthill Recreational Area, and the Barry M. Goldwater Range (BMGR). Each delivery order will identify a general scope of work. Work will include tasks in a variety of trades such as carpentry, pavements, roofing, excavation, steam fittings, plumbing, sheet metal, tinning, painting, demolition, masonry, welding, HVAC/R, electrical, electronic, fire detection/protection, communication, hazardous material abatement, furnishings, specialties, etc. The potential contractor shall furnish all materials, labor, plant, tools, transportation, equipment, services and incidentals necessary to complete each delivery order from conception through completion. Interested contractors must demonstrate a history of relevant construction experience with a primary focus of IDIQ type contracts and simultaneous performance of multiple projects at different locations. Task Orders will be firm fixed price with a targeted award range of $2000 to $750,000. Magnitude estimate is $10 million. North American Industry Classification System NAICS Code 236220, Size Standard $33.5M. Description of work for each project will be identified in each individual task order which may range from $2000 - $750,000. The Government anticipates awarding one (1) contract. The contract will contain a basic 12 month performance period with four (4) 12 month option periods. Potential SBA certified 8(a) contractors located in SBA Region IX are encouraged to monitor www.fbo.gov for future announcements regarding this requirement. At this time, responses to this sources sought notice are only requested from potential Small Business Administration certified 8(a) Prime Contractors, Prime/Subcontractor teams or Joint Venture entities responding to this Sources Sought notice. Respondents must (1) 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 (SDVOB), (2) provide experience in the form of an outline of previous projects for specific relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of work, points of contact, and phone numbers; professional qualifications and specific experience of personnel identified to perform the work; and (3) any other pertinent information which would enable the government to assess a firms capabilities. Because the government reserves the right to set this acquisition aside for 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 for capabilities to be accurately evaluated. Indicate if you plan on submitting under a Joint Venture Agreements (Joint Venture Agreements are allowable on competitive 8(a) set-asides) and if so, submit the names of companies planning to Joint Venture. Interested potential contractors should limit their responses to ten (10) pages. All information included in contractor's responses should be specific to this Sources Sought Synopsis. Request electronic responses be provided no later than 19 Oct 09. The Government is under no obligation to consider information received after 19 Oct 09 as part of this formal market research. This sources sought 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 listed below. NO PHONE CALLS WILL BE ACCEPTED. Contracting Office Address Department of the Air Force, 56th Contracting Squadron, 14100 W Eagle St, Luke AFB, AZ 85309. POCs: James Sowden, 56 CONS/LGCB, email: james.sowden@luke.af.mil, and SSgt Samuel Lopez, 56 CONS/LGCB, email: samuel.lopez@luke.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/FA4887-10-R-0002/listing.html)
- Place of Performance
- Address: 56th Contracting Aquadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309-1217, United States
- Zip Code: 85309-1217
- Zip Code: 85309-1217
- Record
- SN01980623-W 20091008/091006234603-d62a7bbe8b06a21e060dd0858e8e6eff (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 |