Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2015 FBO #4863
MODIFICATION

Y -- WORLDWIDE ENGINEERING & CONSTRUCTION (WE&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 - Solicitation 1

Notice Date
3/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA8903-15-R-0001
 
Point of Contact
Beatrice Torres, Phone: 2103958137, Danielle R Johnson, Phone: 2103958131
 
E-Mail Address
beatrice.torres@us.af.mil, danielle.johnson.12@us.af.mil
(beatrice.torres@us.af.mil, danielle.johnson.12@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Final RFP Attachment L-6 Example Format for Subcontractor Consent Letter Final RFP Attachment L-2 Present/Past Performance Questionnaire (PPQ) POC Summary Sheet Final RFP Attachment L-13 Financial Capability Risk Assessment Final RFP Attachment L-10 Qualifications for Labor Category Levels Final RFP Attachment L-5 Present/Past Performance Information Form (PPI) Tool Instructions PPI Tool Access database Final RFP Attachment L-11 Labor Rates Tables Final RFP Attachment L-4 Present/Past Performance Questionnaire (PPQ) Final RFP Attachment L-14 Contractor Data Sheet Final RFP Attachment L-12 Pricing Model Final RFP Attachment L-15 Small Business Subcontracting Plan Checklist Final RFP Attachment Questions/Comments Matrix Excel Spreadsheet (dated 17 March 2015) Final Attachment RFP (dated 17 March 2015, SOW/CDRLs dated 13 January 2015) Final RFP Attachment L-3 Present/Past Performance Information Form (PPI) Final RFP Attachment L-7 Example Format for Client Authorization Letter Final RFP Attachment L-1 Key Personnel Qualifications Final RFP Attachment L-8 Choice of Competition Final RFP Attachment L-9 Concurrent Projects Format Final RFP LM WEC (Instruction to Offerors – dated 17 March 15) KEYWORD: FA8903-15-R-0001 WORLDWIDE ENGINEERING AND CONSTRUCTION (WE&C) THIS IS A REQUEST FOR PROPOSAL (RFP) This Solicitation is to fulfill requirements for a Worldwide Engineering and Construction (WE&C) to provide a full range of construction and engineering activities necessary to design and construct new facilities, infrastructure, repair, renovate, and/or restore existing facilities and infrastructure. The project locations will be primarily outside the 48 contiguous United States (OCONUS), remote/austere sites, high risk/contingency sites, and some projects within the 48 contiguous United States (CONUS). CONUS projects will only be executed under the WE&C if a project is determined to be complex and/or would exceed the bonding capabilities of a Small Business under the Regional Engineering and Construction (RE&C) vehicle. Examples of complex types of projects include but are not limited to: airfield paving projects, renovation of historic structures, Sensitive Compartmented Information Facility (SCIF) or related security facilities, non-standard or unique structures, and design-build projects involving specialized Anti-Terrorism/Force Protection (ATFP) 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 WE&C contract is not intended to do stand-alone environmental contracting. The WE&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 This is an Indefinite Delivery, Indefinite Quantity Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF - OCONUS Only) related to Worldwide Engineering and Construction (WE&C) Multiple Award contract. The Government intends to select approximately eleven to fifteen (11-15) contractors for the WE&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 late FY 16. SECTION L ATTACHMENTS Listed below are the Section L Attachments for proposal submission reference. 1. Final Attachment RFP (dated 17 March 2015, SOW/CDRLs dated 13 January 2015) 2. Final RFP LM WEC (Instruction to Offerors - dated 17 March 15) 3. Final RFP Attachment Questions/Comments Matrix Excel Spreadsheet (dated 17 March 2015) 4. Final RFP Attachment L-1 Key Personnel Qualifications 5. Final RFP Attachment L-2 Present/Past Performance Questionnaire (PPQ) POC Summary Sheet 6. Final RFP Attachment L-3 Present/Past Performance Information Form (PPI) 7. Final RFP Attachment L-4 Present/Past Performance Questionnaire (PPQ) 8. Final RFP Attachment L-5 Present/Past Performance Information Form (PPI) Tool Instructions 9. Final RFP Attachment L-6 Example Format for Subcontractor Consent Letter 10. Final RFP Attachment L-7 Example Format for Client Authorization Letter 11. Final RFP Attachment L-8 Choice of Competition 12. Final RFP Attachment L-9 Concurrent Projects Format 13. Final RFP Attachment L-10 Qualifications for Labor Category Levels 14. Final RFP Attachment L-11 Labor Rates Tables 15. Final RFP Attachment L-12 Pricing Model 16. Final RFP Attachment L-13 Financial Capability Risk Assessment 17. Final RFP Attachment L-14 Contractor Data Sheet 18. Final RFP Attachment L-15 Small Business Subcontracting Plan Checklist 19. PPI Tool Access database 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/times for this requirement: Final RFP Release Date 17 March 2015 Formal Questions Due Date 27 March 2015 by 10:00 AM (CST) Past Performance Documents Due Date 01 May 2015 Proposal Due Date 18 May 2015 by 2:00 PM (CST) 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 27 March 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 18 May 2015 by 2:00 PM (CST). Your package must identify all of the following: Worldwide Engineering and Construction IDIQ; FA8903-15-R-0001, 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 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 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) three (3) days prior to the proposal submission date to afcec.we_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: ________________ (30 mins to 1 hour meeting) d. Location of visit: Bldg. 171, Entrance 7 (Door closest to the Visitors Center entrance) e. Driver's License number and state of issue: _____________________ f. Date of Birth: ____________________________ g. 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. Danielle Johnson at afcec.we_c.contract@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ae41e31a7359ac22acd51d0722f88277)
 
Record
SN03669626-W 20150319/150317234719-ae41e31a7359ac22acd51d0722f88277 (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.