Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2014 FBO #4477
SOURCES SOUGHT

Y -- Simplified Acquisition of Base Engineering (SABER) Sources Sought - Sources Sought

Notice Date
2/24/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Bldg 216, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-14-R-0004_previously_FA4803-13-R-0006SABER
 
Archive Date
3/25/2014
 
Point of Contact
Michael H. Ente, Phone: 8038955398, Joseph A Nemedy, Phone: 803-895-5391
 
E-Mail Address
michael.ente@shaw.af.mil, joseph.nemedy@shaw.af.mil
(michael.ente@shaw.af.mil, joseph.nemedy@shaw.af.mil)
 
Small Business Set-Aside
N/A
 
Description
See the attached Sources Sought. The 20th Contracting Squadron is publicizing this SOURCES SOUGHT NOTICE in order to gather industry information and input with respect to a potential Simplified Acquisition of Base Engineering Requirements (SABER) Contract at Shaw Air Force Base, SC. A SABER is an Indefinite-Delivery/Indefinite Quantity contract that is awarded to a single Contractor. 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. The information requested herein will be used used for validating previous Small business intent in Shaw AFB SABER program, to facilitate the decision making process. Should a future requirement evolve from this preliminary planning process, it is anticipated that a single award contract could be awarded, for a term consisting of one base year plus four 1-year option periods. Task Orders written against a SABER contract are anticipated to range between $1 and $750,000. The overall program ceiling is still under consideration; accordingly, at this point it is roughly anticipated to range between $3,000,000 and $15,000,000 over a five-year period. The work will consist of a broad range of construction tasks, which could include, but is not limited to: New construction of buildings and structures, alteration and repair of buildings, structures, roads, grounds, roofs, specialty construction, utilities including JP-8 fuel systems and miscellaneous services including hazardous material waste removal (i.e. asbestos, lead based paint etc.). Work may also include minimum design up to 35%. In-house design capability or ready access to design capability up to this standard is a must for projects under this SABER. Description of work will be identified in each individual task order. 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. We request that all interested and qualified firms respond to this sources sought notice with a capability statement similar to your marketing package used in the everyday course of doing business. Oral Communications ARE NOT acceptable in response to this notice. We request interested firms respond to this notice and provide the following information: 1. Summarize how your company is capable and qualified to handle this type of work. 2. Summarize projects that show your capabilities and past performance. The list of relevant projects may include names of project team members and firm, point of contact (Contracting Officer and Quality Assurance Evaluator/Inspector) with titles, phone numbers, project scope, and type of contract. 3. Bonding: provide your bonding capacity per contract and aggregate. 4. A statement of your current business size status. Any resulting solicitation for this SABER is anticipated to be reserved for Small Businesses and will be competitive. In your response, please indicate your business size status. i.e.- HUBZone small business concern, service-disabled veteran-owned small business firm, 8(a) contractor, woman-owned small business, small business, or large business firm. 5. Possible teaming arrangements and delineation between the work that will be accomplished by the prime and the work accomplished by teaming partners. 6. Identify if you have in-house Architect and Engineering (Up to 100%) design capability or ready access to design capability, if you subcontract all Architect/ Engineering design work, if you have state certified Professional Engineers and/or registered Architects on staff, and which disciplines you have the ability to design in-house (i.e. Mechanical, Electrical, Structural, Fire Protection, etc.). 7. Identify Commercial practices that the Government should consider implementing for this acquisition. The information capability statement and data noted above must be submitted in written format via -email to one of the following addresses 20cons.lgcb@shaw.af.mil with a courtesy copy to joseph.nemedy@shaw.af.mil and michael.ente@shaw.af.mil not later than 4:00 PM (EST) on 10 March 2014. This Sources Sought is an advance notice for information and acquisition strategy planning purposes only and is not a solicitation. In order to receive award from any resultant solicitation, should one be issued, the successful offeror must be registered in the Central Contractor Registration (CCR) via the System for Award Management (SAM). The SAM website is https://www.sam.gov/portal/public/SAM/. The successful offeror must also have an active Online Representations and Certifications Application (ORCA). The ORCA website is https://orca.bpn.gov/. This Sources Sought synopsis notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://www.fbo.gov. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-14-R-0004_previously_FA4803-13-R-0006SABER/listing.html)
 
Place of Performance
Address: Shaw AFB, SC 29152, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN03295542-W 20140226/140224234949-217339c88a43aab06bede55b0301f9d3 (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.