SOLICITATION NOTICE
Z -- Fairchild AFB MATOC 2014 - Combined Synopsis/Solicitation - Attachments
- Notice Date
- 4/24/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 92 CONS, BLDG 2451, 110 W ENT ST, STE 200, FAIRCHILD AFB, Washington, 99011-8568, United States
- ZIP Code
- 99011-8568
- Solicitation Number
- FA4620-14-R-B001
- Archive Date
- 6/27/2014
- Point of Contact
- Phillip Johns, Phone: 5092474874, Zachary Payne, Phone: 509-247-8084
- E-Mail Address
-
phillip.johns.2@us.af.mil, zachary.payne.7@us.af.mil
(phillip.johns.2@us.af.mil, zachary.payne.7@us.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Attachment 11 - FAFB Climate Weather Data 27 Mar 14 Attachment 10 - Architectural Compatibility Plan Attachment 9 - 2012 FAFB Base Design Standards Attachment 8(d) - Residential Attachment 8(c) - Highway Attachment 8(b) - Heavy Attachment 8(a) - Building Attachment 7 - Subcontractor - Teaming Arrangement Release Attachment 6 - Orientation Seminar SOW Attachment 5 - Past Performance Cover Letter & Questionnaire Attachment 4 - Past Performance Info Attachment 3 - Seed Project Price Schedule Attachment 2 - Seed Project TORFP Cover Letter & SOW Attachment 1 - MATOC Specifications FA4620-14-R-B001 Solicitation Number: FA4620-14-R-B001 Notice Type: Solicitation Synopsis: Description of Work: This is a solicitation for a Multiple Award Task Order Contract (MATOC) at Fairchild AFB WA. This acquisition will provide indefinite delivery-indefinite quantity (IDIQ) and design-build (D-B) construction efforts at Fairchild AFB, Washington. The MATOC will consist of multiple disciplines in general construction categories and execute a broad range of maintenance, repair, minor and/or new construction. The contractor shall provide all materials, equipment, labor and general conditions to accomplish design, maintenance, repair, and minor construction projects in an expeditious manner. The work may include facility upgrades, utility work, airfield pavement, roads, roofs and other assorted repair and maintenance projects. The construction work includes tasks in various trades such as carpentry, asbestos abatement/removal, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Locations of work will be at Fairchild AFB WA and other associated sites outside the base proper. All off base sites are within 110 miles of Fairchild AFB. Work to be performed under the MATOC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 Construction, Subsection 236 Construction of Buildings size standard $33.5M, Subsection 237 Heavy and Civil Engineering Construction, size standard $33.5M and 238 Specialty Trade Contractors, size standard $14M. Each contract awarded will contain a basic 12-month period and four 12-month option periods. Subsequent task orders will identify specific requirements for each project. Individual task orders may range from approximately $500 - $600,000. The program value to include all four contracts and subsequent task orders is Not-to-Exceed $25M over a 5-year period. This acquisition is an 8(a) set-aside. A pre-proposal conference/site visit will be held per Section H, FAR 52.236-27 and Paragraph 1.3 as stated in the solicitation, to include a site visit for the seed project. All prospective offerors are highly encouraged to attend this conference. Offerors are encouraged to submit all questions and requests for clarifications no less than ten (15) days prior to the RFP closing date. The decision whether to respond to questions and requests for clarification made less than ten (15) days prior to the RFP closing shall be at the sole discretion of the contracting officer. Evaluation: Each offeror's proposal will be evaluated utilizing best value source selection procedures. The basis for award is to be Performance Price Tradeoff (PPT) without technical factors. The procedures described in FAR Part 15.3, AFFAR 5315.3, Policy Memorandums 11-C-04 and 11-C-07 and source selection procedures will be utilized. The Request for Proposal (RFP) will include a seed project. The magnitude of the seed project is between $25,000 and $100,000. The offeror's Past Performance will be considered approximately equal in importance to the Seed Project's Price. The offeror's proposal must convey to the Government that the offeror possesses sufficient past performance experience for relevant construction projects that range from $50,000 to $500,000. Also, all offeror's shall show the capability of receiving $5M in bonding annually. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if the Contracting Officer deems discussions are in the Government's best interest. The Government reserves the right to award a contract to other than the lowest priced offeror if the lowest priced offeror is judged to have a performance confidence assessment of "Satisfactory Confidence" or lower. In that event, the Source Selection Authority (SSA) shall make an integrated assessment best value award decision, considering price and past performance tradeoff, for award of the seed project. Additional MATOC contract awards will be determined based on the final rankings of the highest rated proposals from the SSA's integrated assessment best value award decision. Award: The Government anticipates awarding up to four (4) Firm-Fixed Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contracts. Once the basic contracts are awarded, all four MATOC contract awardees will be required to attend a mandatory 1-day Orientation-Partnership Seminar at Fairchild. The winner of the seed project will attend the orientation seminar as a requirement of the awarded seed project. The remaining three contractors will be issued a $500.00 task order to attend the orientation seminar which will also meet the contract minimum order guarantee. Contractor's participation in this seminar, held at Fairchild AFB, is mandatory. Future individual task order requirements will be competed among the awardees in accordance with the solicitation and contract provisions. In the event this RFP results in only one award, the awardee shall proceed to construct the project described in this RFP as the seed project as required by the terms of the resulting contract. The Government reserves the right to cancel this RFP either before or after the closing date. This is an all-electronic solicitation release. Hard copies are not available. The Government will post amendments to the solicitation to the Electronic Posting System (EPS) at http://fbo.gov/. It is the responsibility of each offeror to review the web page for notice of amendments, updates or changes to current information. Prospective contractors must be registered in the System for Award Management (SAM) database before award of a Government contract. Failure to register in the SAM database may cause your firm to be ineligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/92CONS/FA4620-14-R-B001/listing.html)
- Place of Performance
- Address: Faiirchild AFB, Washington 99011, United States, United States
- Zip Code: 99011
- Zip Code: 99011
- Record
- SN03347464-W 20140426/140424234628-6550195e5ab6e96379eb4bcb47ed7405 (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 |