MODIFICATION
Y -- AFICA Regional Engineering and Construction (RE&C) - Amendment 11 - Amendment 9 - Amendment 16 - Amendment 10 - Amendment 3 - Amendment 2 - Amendment 1 - Amendment 6 - Amendment 14 - Amendment 17 - Amendment 18 - Amendment 8 - Amendment 13 - Amendment 4 - Amendment 7 - Amendment 15 - Amendment 5 - Amendment 12
- Notice Date
- 1/29/2015
- 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
- FINAL A1 RFP Attachment - L-9 Concurrent Projects Format Examples (Revisions made) FINAL A1 RFP Attachment - L-2 Present/Past Performance Questionnaire (PPQ) POC Summary Sheet (No revision) FINAL A1 RFP Attachment - L-12 Pricing Model REC (Revisions made) FINAL A1 RFP Attachment - L-4 Present/Past Performance Questionnaire (PPQ) (Revisions made) FINAL A1 RFP Attachment - L-1 Key Personnel Qualifications (Revisions made) FINAL A1 RFP Attachment - L-10 Qualifications for Labor Category Levels (Revisions made) FINAL A1 RFP Attachment - L-5 Present/Past Performance Information Form (PPI) Tool Instructions (Revisions made) PPI Tool Database (No revision, only revision to instructions: L-5) FINAL A1 RFP Attachment - L-14 Contractor Data Sheet (No revision) FINAL A1 RFP Attachment - L-11 Labor Rate Tables REC (Revisions made) FINAL A1 RFP Attachment - L-3 Present/Past Performance Information Form (PPI) (Revisions made) Amendment 01 - SF33, SOW (dated 15 Dec 14), and CDRLS (A & B) (dated 15 Dec 14) Questions/Comments Responses, dated 29 Jan 2015 FINAL A1 RFP - Sections L&M (Revisions made) FINAL A1 RFP Attachment - L-7 Example Format for Client Authorization Letter (No revision) FINAL A1 RFP Attachment - L-13 Financial Capability Risk Assessment (Revisions made) FINAL A1 RFP Attachment - L-6 Example Format for Subcontractor Consent Letter (No revision) FINAL A1 RFP Attachment - L-8 Choice of Competition (No revision) *****AMENDMENT 01****** FA8903-15-R-0002 REGIONAL ENGINEERING AND CONSTRUCTION (RE&C) AMENDMENT 01 - REQUEST FOR PROPOSAL (RFP) All RFP documents are being re-provided for tracking purposes to ensure a complete RFP package is made available. However, not all documents required revision - the list below provides a guide of which documents were revised based on questions/comments received for easier reference. Offerors are advised to review all documents to ensure the proposal submissions are in accordance with Amendment 01 revisions (Exception: previously submitted PPQs as described in the paragraph below titled, " Past Performance Documents Due Date "). Amendment 01 also establishes a new due date for both Past Performance documents and Proposal submission - see revised dates below. Documents and Section L Attachments: 1. Final A1 RFP (SF33, SOW and CDRLs), dated 29 Jan 15 (Revisions made to Sections A, H, I; SOW, dated 15 Dec 14 - No revision; CDRLs, dated 15 Dec 14 - No revision) 2. Questions/Comments Responses, dated 29 Jan 2015 3. FINAL A1 RFP - Sections L&M (Revisions made) 4. FINAL A1 RFP Attachment - L-1 Key Personnel Qualifications (Revisions made) 5. FINAL A1 RFP Attachment - L-2 Present/Past Performance Questionnaire (PPQ) POC Summary Sheet (No revision) 6. FINAL A1 RFP Attachment - L-3 Present/Past Performance Information Form (PPI) (Revisions made) 7. FINAL A1 RFP Attachment - L-4 Present/Past Performance Questionnaire (PPQ) (Revisions made) 8. FINAL A1 RFP Attachment - L-5 Present/Past Performance Information Form (PPI) Tool Instructions (Revisions made) 9. FINAL A1 RFP Attachment - L-6 Example Format for Subcontractor Consent Letter (No revision) 10. FINAL A1 RFP Attachment - L-7 Example Format for Client Authorization Letter (No revision) 11. FINAL A1 RFP Attachment - L-8 Choice of Competition (No revision) 12. FINAL A1 RFP Attachment - L-9 Concurrent Projects Format Examples (Revisions made) 13. FINAL A1 RFP Attachment - L-10 Qualifications for Labor Category Levels (Revisions made) 14. FINAL A1 RFP Attachment - L-11 Labor Rate Tables REC (Revisions made) 15. FINAL A1 RFP Attachment - L-12 Pricing Model REC (Revisions made) 16. FINAL A1 RFP Attachment - L-13 Financial Capability Risk Assessment (Revisions made) 17. FINAL A1 RFP Attachment - L-14 Contractor Data Sheet (No revision) 18. PPI Tool Database (No revision, only revision to instructions: L-5) Request for Proposal: The Government intends to execute an Indefinite Delivery, Indefinite Quantity Firm Fixed Price (FFP) 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 total 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 a 5 year 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 has been revised to the following: RFP Release Date 18 December 2014 Formal Questions Due Date 09 January 2015 RFP Amend 01 Release Date 29 January 2015 Past Performance Documents Due Date 20 February 2015 Proposal Due Date 03 March 2015 Past Performance Documents Due Date: Past Performance documents (specified in Section L) are due by 20 February 2015 by 2:00 PM (CST). Attachment - L-4 Present/Past Performance Questionnaire (PPQ) form has been revised. In an effort to alleviate any inconvenience to the offerors, PPQs (L-4 dated 18 Dec 14) received as of 30 Jan 2015 will be accepted. After 30 Jan 2015, the new PPQ form (dated 29 Jan 15) will be required. Please note: Relevancy table (Section M) was revised per comments received; therefore, we understand that offerors may make adjustments to project selections. This is acceptable; however, please ensure that PPI Summary Sheet in proposal identifies which projects are included in your submission. Proposal Due Date: Proposals are due by 03 March 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. Driver's 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. Except as modified herein, no other changes have been made. Contractors are reminded and 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/b20d7e74f0f5e354c00d7493018a43a0)
- Record
- SN03627662-W 20150131/150129234423-b20d7e74f0f5e354c00d7493018a43a0 (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 |