Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2015 FBO #4844
MODIFICATION

Y -- SOLICITATION TAFB PAVING IDIQ - Amendment 1

Notice Date
2/26/2015
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB - AFSC/PZIO, 7858 5th Street Ste 1, Tinker AFB, Oklahoma, 73145-9106, United States
 
ZIP Code
73145-9106
 
Solicitation Number
FA8101-15-R-0001
 
Point of Contact
Elizabeth Ann Fikes, Phone: 4057393517, Brandon S. Stout, Phone: 405-739-3367
 
E-Mail Address
elizabeth.fikes@us.af.mil, brandon.stout.5@us.af.mil
(elizabeth.fikes@us.af.mil, brandon.stout.5@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Amendment 0001 to Solicitation FA8101-15-R-0001. The reason for this amendment is to reschedule the Pre-Proposal Conference and extend the proposal due date. Synopsis was posted 3 September 2014 as FA8101-14-R-0004 SOLICITATION FA8101-15-R-0001 : THIS IS A FORMAL REQUEST FOR PROPOSAL (RFP) SOLICITATION. Proposal packages are due by 3:00 p.m. CST on 30 March 2015. This acquisition is for the Tinker Air Force Base (TAFB) Paving Program to provide a broad range of construction, repair, and maintenance of several paving methods to include airfield paving, roads, parking lots and concrete work inside of buildings on Tinker AFB, OK. This acquisition is 100% set-aside for 8(a) small businesses within the Small Business Administration Region VI (Arkansas, Louisiana, New Mexico, Oklahoma and Texas). The North American Industry Classification System (NAICS) Code is 237310 Highway, Street, and Bridge Construction with corresponding annual size standard of $36,500,000. The Government intends to award one Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract with Fixed Price/EPA line items from this solicitation. This is a competitive source selection conducted in accordance with FAR 15.3, as supplemented, in which the Government may trade off competing offeror's past performance with price, for all technically acceptable proposals in which competing offerors' past performance history will be evaluated as significantly more important than cost/price; however, cost/price will contribute substantially to the selection decision. Award will be made to the offeror who is deemed responsible in accordance with the FAR Part 9, as supplemented, whose proposal conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by Section L-Instructions to Offerors) and is assessed based on the evaluation factors and subfactors to represent the best value to the Government. The Government seeks to award to the offeror who gives the Air Force the greatest confidence they will best meet the requirements. Pre-proposal Conference & Initial Site Visit : A pre-proposal conference and Tinker AFB tour for this acquisition will be conducted on 12 March 2015 from 8:30 a.m. to 12:30 p.m. The conference will be held at Rose State College Professional Training Center, 1720 Hudiburg Drive, Midwest City, Oklahoma 73110. A bus will be used to transport all conference attendees onto the base for a base tour and a site visit for the sample project and will be returned to the conference site after completion of the tour. Attendees are directed to notify A1C Regine Hazelett by e-mail at regine.hazelett@us.af.mil or call (405) 739-3367 before 6 March 2015, 1:00 p.m. if they plan to attend. Failure to notify could result in non-availability of transportation. All offerors are strongly urged to attend. All personnel attending will need to have in their possession a valid driver's license or valid personal identification with photo and be able to pass a background check if required. Pre-proposal confernce will be conducted to introduce the Government key personnel involved and general information concerning the source selection process. Base Tour "window tour" will be conducted to show all attendees the general size of the base with typical areas of work for this contract and to afford all attendees the opportunity to view and inspect the site where the sample project work is to be proposed and to satisfy themselves as to all general and local conditions that may affect the offerors technical approach of the project (Section L, Pgh 3.2.2 Technical Subfactor 1: Project Development and Execution of Sample Project). During this sample project site visit, only general questions are to be asked to the project manager or contracting officer. It is requested that all attendees submit written questions or concerns of the solicitation and sample project not later than 19 March 2015 to ensure that all parties are afforded the opportunity to see the question and answer (Q&A) that will be posted on FedBizOpps. IMPORTANT NOTE : ALL OFFERORS WILL BE LIMITED TO NO MORE THAN 4 INDIVIDUALS PER PRIME (to include Sub-Contractors invited by the Prime) FOR ATTENDING THE PRE-PROPOSAL CONFERENCE AND BASE TOUR. NOTICE : Previously, offerors were required to register in the Central Contractor Registration (CCR) database and have an active registration in CCR prior to completing their Reps and Certs (Section K of the solicitation) in the Online Representations and Certifications Application (ORCA) prior to award of a contract. Offerors are now required to complete their registration in the System for Award Management (SAM) database via the website https://www.sam.gov. If an offeror previously had an active CCR/ORCA account, the offerors information has automatically been incorporated into the SAM database. Offerors are strongly recommended to review their information in SAM to validate that it is current and up to date. Failure to register in SAM makes an offeror ineligible for award of DoD contracts IAW FAR 4.1102. SOLICITATION ATTACHMENTS : FORM # DESCRIPTION # OF PAGES SECT - L Section L - Instructions to Offerors 14 SECT - M Section M - Evaluation Factors for Award 12 Information to Offeror (ITO) Attachments ITO - 1.0 Proposed Team List 1 ITO - 1.1 Past Performance Information Sheet 2 ITO - 1.2 Past Performance Questionnaire 5 ITO - 1.3 Sample Questionnaire Cover Letter 1 ITO - 1.4 Sample Consent Letter 1 ITO - 1.5 Sample Client Authorization Letter 1 ITO - 1.6 Line Item Pricing Matrix Spreadsheet 32 ITO - 1.7 Cross Reference Matrix 1 TAFB Paving IDIQ Program Specific Documents (PAV) PAV - 1 TAFB Paving Technical Specifications 638 PAV - 2 TAFB Paving Standard Details 52 PAV - 3 TAFB Paving IDIQ Submittal Form 66 5 Sample Project Documents (SMPL) SMPL - 1 Sample Project WWYK100217 Statement of Work (SOW) 8 SMPL - 2 Sample Project WWYK100217 Drawings 18 SMPL - 3 Sample Project WWYK100217 Submittal Form 66 3 Initial Minimum Guarantee Delivery Order Documents (INT) INT - 1 Initial Delivery Order Statement of Work (SOW) 2 INT - 2 Initial Delivery Order Contractor Staging Area Photos 3 Davis-Bacon Wage Determination (Highway) WD - 1 Wage Determination OK150015 as of 01-02-2015 4 Please email all comments or questions by 19 March 2015 to A1C Regine Hazelett regine.hazelett@us.af.mil and Elizabeth Fikes elizabeth.fikes@us.af.mil. Please reference "TAFB Paving RFP FA8101-15-R-0001" in the subject line when submitting questions/comments. Answers to questions will be distributed on FedBizOpps unless the question is identified as proprietary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FA8101-15-R-0001/listing.html)
 
Place of Performance
Address: TINKER AIR FORCE BASE OKLAHOMA, TINKER AIR FORCE BASE, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN03653442-W 20150228/150226235259-229f46441ab441c6fe3b64ef04c04ffc (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.