Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
MODIFICATION

Z -- Hill AFB - Simplified Acquisition of Base Engineering Requirements (SABER) - SABER Draft Requirement

Notice Date
4/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 75th CONS/PK, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
 
ZIP Code
84056-5805
 
Solicitation Number
FA8201-10-R-0025
 
Point of Contact
Douglas Blair Young, Phone: 8017755284, Wade T. Pilcher, Phone: 8017778129
 
E-Mail Address
douglas.young@hill.af.mil, wade.pilcher@hill.af.mil
(douglas.young@hill.af.mil, wade.pilcher@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SABER Draft Requirement THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR AN UPCOMING INDUSTRY DAY FOR INTERESTED SOURCES AND TO POST THE DRAFT STATEMENT OF WORK FOR THE SABER REQUIREMENT FOR CONTRACTOR REVIEW. CONTRACTORS WHO DID NOT RESPOND TO THE ORIGINAL SOURCES SOUGHT ANNOUNCEMENT (FOUND BELOW) MAY DO SO NOW AND ALL INTERESTED FIRMS MAY ATTEND THE UPCOMING INDUSTRY DAY. THIS IS NOT A REQUEST FOR PROPOSAL. SCOPE The 75th Civil Engineering Squadron and 75th Contracting Squadron will be hosting an Industry Day to discuss the United State Air Force SABER requirement. The government is interested in meeting with industry representatives to answer questions and receive feedback regarding this requirement to assist with acquisition planning and program strategy. The industry day group meeting will begin on 05 May 2010 at 9:00 AM in the Heritage Room of Bldg 593 (located just East of the South Gate entrance of Hill AFB), and is expected to end at 3:00 PM. One-on-one meetings (see below) will be scheduled afterwards for 06 May 2010, and depending on the number, may begin at 9:00 AM and end at 3:00 PM. INDUSTRY DAY At this time the government intends to limit the number of representatives attending from each contractor's firm to three individuals due to room capacity. In order to attend Industry Day; each contractor must provide the following for each attendee: 1. Name, address and CAGE code of firm 2. Indicate status of company - Small Business (and type) or Large Business 3. Full name of individual, citizenship status and contact information THIS INFORMATION MUST BE RECEIVED BY THE INDUSTRY DAY POC (SEE BELOW) VIA EMAIL NOT LATER THAN 26 APRIL 2010. The government is willing to have separate meetings with interested contractors apart from the general meeting. If any individual contractor wishes to have one-on-one sessions with government personnel, requests should be made at the first day of Industry Day. A Base Access Letter will be coordinated in advance once your RSVP has been received. If you require any assistance obtaining base access or direction to the conference room location, please advise the Industry Day POC. Temporary Base Access will be obtained at the Visitors Center outside the South Gate of Hill AFB. Please allow for enough time to collect your temporary base access before the 9:00 AM meeting begins. During the course of Industry Day we are looking to receive feedback from industry on the Draft Statement of Work, as well as take questions and hear industry comments pertaining to the SABER requirement. PLEASE SEND INDUSTRY DAY RSVP TO: Douglas Young at douglas.young@hill.af.mil PREVIOUS ANNOUNCEMENT THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a potential competitive 100% set aside for 8(a), HUBZone, Service Disabled Veteran Owned, or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on a SABER (Simplified Acquisition of Base Engineering Requirements) solicitation. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The SABER contract is a firm-fixed price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract that provides a streamlined means to complete a broad range of maintenance, repair, and minor construction projects estimated between $2,000 and $750,000. Work to be performed will be within the North American Industry Classification System (NAICS) Code 236220 and the small business standard of $33.5M. During the contracting period, Base Civil Engineering will identify construction tasks required for each specific job and Contracting will negotiate and issue individual task orders to the contractor for those jobs. The successful contractor will be required to furnish all labor, tools, materials, equipment, estimating software, supervision, personnel, and all else necessary to design, manage, and accomplish individual construction projects. The projects will include tasks in a variety of trades, including but not limited to, carpentry, roofing, excavation, interior electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete, masonry, and welding. The contractor will be required to maintain a management office at Hill Air Force Base (AFB), UT in order to provide overall project coordination and completion in a timely manner. The majority of the work will be performed at Hill AFB, but some work may be required at Little Mountain, UT; Utah Test and Training Range (UTTR); Carter Creek, UT; and Pinedale/Boulder, WY. Although still under consideration, the maximum contract amount is expected to be $65 Million and at least one (1) contract will be awarded. The contract term will be for an initial one-year base period with an additional, potential four (4) one-year option periods. Prime contractors must be capable of securing bonding in the amount of at least $7,500,000 and potentially as much as $10,000,000 during a one-year period. Request interested firms respond to this notice and provide the following: (a) Firm's INFORMATION [name, address, phone number, CAGE Code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor]; (c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant construction experience with a primary focus on IDIQ type contracts and simultaneous performance of multiple projects at different locations and include a summary of relevant (multiple trade, multiple task order, construction projects), and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) INDUSTRY STANDARDS [Interested contractors must demonstrate a history of relevant construction experience with the following standards or codes: Base Facility Design Standard, Base Architectural Compatibility Standard, National Electric Code, National Electric Safety Code (ANSI C2), National Fire Protection Association (NFPA 101) Safety Code, International Building Code, International Mechanical Code, International Plumbing Code, Uniform Federal Accessibility Standard (USAS), Americans with Disabilities Act Accessibility Guidelines (ADAAG), Uniform Facilities Criteria (UFC), ASHRAE, 10 CFR Part 433 and 434-Energy Code for New Federal Commercial and Multi-Family High Rise Residential Buildings, 10 CFR Part 436 Subpart A-Methodology and Procedures for Life Cycle Cost Analysis, and ETL 008-13 Sustainable Building. (f) BONDING CAPABILITY on individual projects and aggregate requirements; and (g) PERCENT OF WORK the firm can commit to accomplishing construction with in-house (no subcontracted) labor. Interested contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages. The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, it will be posted on this website. This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs. PLEASE SEND RESPONSE TO: Douglas Young at douglas.young@hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/FA8201-10-R-0025/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, 84056-5805, United States
Zip Code: 84056-5805
 
Record
SN02119917-W 20100415/100413234525-f3de239a752bac99b28109014083e077 (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.