SOLICITATION NOTICE
Z -- Simplified Acquisition of Base Engineering Requirements (SABER) VIII
- Notice Date
- 1/27/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, North Carolina, 27531
- ZIP Code
- 27531
- Solicitation Number
- FA4809-10-R-0001
- Point of Contact
- Stephanie L. Hebert, Phone: 919-722-5606, Bobbie White, Phone: 919-722-5602
- E-Mail Address
-
stephanie.hebert@seymourjohnson.af.mil, bobbie.white@seymourjohnson.af.mil
(stephanie.hebert@seymourjohnson.af.mil, bobbie.white@seymourjohnson.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Work consists of providing all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to complete the Simplified Acquisition of Base Engineering Requirements (SABER) VIII contract at Seymour Johnson AFB, NC. This will be a firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contract for design and construction efforts at Seymour Johnson AFB, Dare County Bomb Range, and Fort Fisher, NC. Projects will be in support of real property maintenance, repair, alteration, and/or new construction. The work involved includes, but is not limited to carpentry, road repair, roofing, excavation, interior and exterior electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete masonry, and welding. Period of Performance and Magnitude: The magnitude for this requirement is more than $10,000,000.00. The period of performance is for a 12-month base period and four 12-month option periods. The guaranteed minimum is $3,000.00 for the life of the contract and the maximum ordering limitation is $45,000,000.00 over the life of the contract. The minimum amount per task order is $3,000.00 and the maximum amount per task order is $2,000,000.00. Individual task orders will vary in size and complexity with the following project magnitudes. Low: Less than $25,000.00; Medium: Between $25,000.00 and $100,000.00; High: Between $100,001.00 and $5,000,000.00. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. The contractor shall be required to maintain a management office at Seymour Johnson AFB. This is a Competitive 8(a) Procurement limited to qualified/eligible 8(a) firms nationwide. All other firms are deemed ineligible to submit offers. The applicable North American Industry Classification System (NAICS) code for this acquisition is 236220 with a small business size standard of $33,500,000.00. Multiple awards for this requirement will not be made. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government after determining the technical acceptability of offers. Past performance is significantly more important than price. Past performance must be both recent and relevant within the last three years. It is anticipated the solicitation will be issued electronically on or about 23 Feb 2010, on the Federal Business Opportunities (FBO) web page. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe.). More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add or update its ORCA record. Primary POCs are Stephanie Hebert at (919) 722-5606; email: stephanie.hebert@seymourjohnson.af.mil. Alternate POC is Bobbie White at (919) 722-5602.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-10-R-0001/listing.html)
- Place of Performance
- Address: Seymour Johnson Air Force Base, North Carolina, Goldsboro, North Carolina, 27531, United States
- Zip Code: 27531
- Zip Code: 27531
- Record
- SN02051146-W 20100129/100127234157-f12143231b537027b12f58c84892d7bc (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 |