MODIFICATION
Y -- AFICA Regional Engineering and Construction (RE&C) - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1 - Solicitation 1
- Notice Date
- 12/18/2014
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA8903-15-R-0002
- Point of Contact
- Beatrice Torres, Phone: 2103958137, Diane T. Sanchez, Phone: 210 395-8138
- E-Mail Address
-
beatrice.torres@us.af.mil, diane.sanchez.2@us.af.mil
(beatrice.torres@us.af.mil, diane.sanchez.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment L-10 Qualifications for Labor Category Levels RFP Solitication, dated 15 Dec 14 Attachment L-2 POC Summary Sheet PPI Tool Attachment L-11 Labor Rate Tables Attachment L-5 PPI Tool Instructions L and M (Instructions to Offerors and Basis for Award - Evaluation Criteria) Attachment L-12 Pricing Model Questions/Comments Matrix Excel Spreadsheet, dated 18 Dec 14 Attachment L-7 Client Authorization Letter Attachment L-6 Subcontractor Consent Letter Attachment L-13 Financial Capability Risk Assessment Attachment L-1 Key Personnel Qualifications Attachment L-14 Contractor Data Sheet Attachment L-4 PPI Attachment L-8 Choice of Competition Attachment L-9 Concurrent Projects Format Attachment L-3 PPI KEYWORD: FA8903-15-R-0002 REGIONAL ENGINEERING AND CONSTRUCTION (RE&C) THIS IS A REQUEST FOR PROPOSAL (RFP) This Solicitation is to fulfill requirements for a Regional Engineering and Construction (RE&C) to provide a full range of methods, technologies, and supporting activities necessary to conduct project construction at Air Force installations and other locations within the United States in accordance with technical and regulatory requirements. Proprietary information shall be properly marked by Offerors. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations and Source Selection Procedures. General Information: The 772d Enterprise Sourcing Squadron Contracting (772 ESS/PKA) at Joint Base AFB, Lackland, TX has been asked to provide a full range of construction and engineering activities necessary to design, construct new facilities and, infrastructure, repair, renovate, and/or restore existing facilities. In some instances, AFCEC will be requiring work in remote and/or austere locations. The RE&C contract is not intended to do stand-alone environmental contracting. The RE&C program includes Design-Build (D-B), Design-Bid-Build (D-B-B), Furniture, Fixtures and Equipment (FF&E) procurement and installation approaches. The Contractor may provide support for environmental work incidental to construction efforts. Request for Proposal: The Government intends to execute an Indefinite Delivery, Indefinite Quantity Firm Fixed Price (FFP) related to Regional Engineering and Construction (RE&C) Multiple Award contract. The Government intends to award approximately six to eight (6-8) contracts for each of the three regions (East, Central and West) with a program ceiling of $930M. The RFP will include provisions for awarding a 100% SB set-aside with reserves for the following SB sub-categories for each region: Three to four (3-4) SB awards, one to two (1-2) 8(a) awards, one (1) HUBZone award, and one (1) SDVOSB award. The Government reserves the right to make fewer, more, or no awards based upon the quality and quantity of proposals received. The Government intends to select approximately six to eight (6-8) contractors for each region on the RE&C contract and award without discussions (except clarifications as described in FAR 15.306(a)), but reserves the right to hold discussions if in the best interest of the Government. The ordering period is 5 years base period with three (3) one year option periods. Each task order will specify its own period of performance, but all performance must be completed within three (3) years of the expiration of the ordering period. You are hereby notified that the project owner has certified this project as a valid requirement. The Government reserves the right to cancel this solicitation either before or after the closing date. In the event funds are not made available for this project, you are not entitled to submit claims for proposal costs. The anticipated award of the resultant contract is in the second quarter of FY16. SCHEDULE Proposals shall be submitted in accordance with the RFP requirements and the date indicated in this announcement. The below schedule is provided as important dates for this requirement: Final RFP Release 18 December 2014 Formal Questions Due Date 02 January 2015 Past Performance Documents 02 February 2015 Proposal Due Date 17 February 2015 RFP Questions: Contractors shall address exceptions to terms and conditions to the Contracting Officer through the questions and answers process prior to offer submittal. Exceptions to the terms and conditions are strongly discouraged and may result in the Offeror being removed from consideration for award. Failure to comply with the terms and conditions of the solicitation may result in the Offeror being removed from consideration for award. The last day for receipt of RFP questions to the Government is 02 January 2015 by 10:00 AM (CST). Submit all questions by the designated deadline on the attached Contract Questions Template excel spreadsheet matrix. Proposal Due Date: Proposals are due by 17 February 2015 by 2:00 PM (CST). Your package must identify all of the following: Regional Engineering and Construction IDIQ; FA8903-15-R-0002, proposed region(East, West or Central), mark package as SOURCE SELECTION SENSITIVE and clearly identify the Contracting Officer's name to ensure delivery. Proposals are to be delivered to one of the following addresses: United States Postal Service (USPS) DEPARTMENT OF DEFENSE 772 ESS/PKA (ATTN: Ms. Beatrice B. Torres) 2261 Hughes Ave, Ste 163 JBSA Lackland TX 78236-9853 SOURCE SELECTION SENSITIVE OFFICIAL BUSINESS Proposed Region: _____________________ Courier (FedEx, UPS, DHL) 772 ESS/PKA ATTN: (Ms. Beatrice B. Torres) 3515 S General McMullen, Bldg 171, Bay 4 San Antonio TX 78226-2018 SOURCE SELECTION SENSITIVE OFFICIAL BUSINESS Proposed Region: ______________ PROPOSAL DELIVERY INSTRUCTIONS Access to JBSA, Building 171 is controlled by 802d Security Forces Squadron. Visitors' point of entry will be at the 802 SFS Visitor Center which is located adjacent to the General McMullen Gate. Therefore, if your firm intends to hand-deliver a proposal for this solicitation, the following information is required no later than (NLT) two (2) days prior to the proposal submission date, to afcec.re_c.contract@us.af.mil : a. First and Last Name of visitor b. Purpose of the visit, be concise and specific: Proposal drop-off c. Date of visit and estimated duration of visit: (i.e., 1 hour meeting) d. Location of visit: Bldg 171, Entrance 1 e. Drivers License number and state of issue f. Company Name The information provided will be forwarded to the 802d Security Forces Squadron. On the day of the visit, please confirm that your visitor information has been submitted to the 802d Security Forces Squadron. All visitors must report to the visitor center prior to entry. Copies of this solicitation are available by INTERNET ACCESS ONLY. All solicitation documents are posted with this announcement and made available for viewing in FedBizOpps ( http://www.fbo.gov ). Any amendments to the RFP (if required) will be posted in FedBizOpps. Interested parties are reminded that they are responsible for checking FedBizOpps for new information concerning this requirement. COMMUNICATION Contractors are cautioned that all communications are to be channeled through the Contracting Officer. Any questions whether technical or contracting related shall be submitted in writing, email is acceptable, to the undersigned, Procuring Contracting Officer (PCO), Ms. Beatrice B. Torres and Contract Specialist, Ms. Diane Sanchez at afcec.re_c.contract@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/40b702688eefed38708519348a6c96c2)
- Record
- SN03599473-W 20141220/141218234327-40b702688eefed38708519348a6c96c2 (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 |