SOLICITATION NOTICE
Z -- Simplified Acquisition of Base Engineering Requirements (SABER)
- Notice Date
- 6/25/2015
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- FA2860-15-R-0008
- Point of Contact
- Anthony J. Weedin, Phone: 2406125635, Michael A. Conway, Phone: 2406125642
- E-Mail Address
-
anthony.j.weedin.ctr@mail.mil, michael.a.conway2.mil@mail.mil
(anthony.j.weedin.ctr@mail.mil, michael.a.conway2.mil@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The 11 th Contracting Squadron located on Joint Base Andrews (JBA), MD intends to issue a Request for Proposal (RFP) for a Firm-Fixed Price (FFP) Construction Indefinite Delivery Indefinite Quantity (IDIQ) contract for Simplified Acquisition of Base Engineering Requirements (SABER) with a base year and four option years. The estimated maximum for the base year and four year option period is between $10,000,000.00 and $50,000,000.00. The SABER contract will encompass a broad range of maintenance, repair, alterations, and/or minor construction on real property located on Joint Base Andrews, Maryland and its Davidsonville and Brandywine sites. A funded seed project for this contract will be identified at the time of solicitation. Actual construction work will be accomplished and issued under individual Delivery Order(s) (DO) to be placed on an as-needed basis under the basic SABER contract. Types of projects include, but are not limited to, minor construction, interior/exterior remodeling, renovations, and repairs. Project disciplines may include, but not limited to, structural, architectural, mechanical, plumbing, communications, electrical, masonry, various roof systems, earthwork, asphalt and concrete pavements, and other related miscellaneous work. The contractor is required to have a performance capability to accomplish multiple DOs at multiple project sites concurrently, with having a SABER focused task-force organization for effective management and responsive coordination with the Government SABER Program Team. Execution of work under this contract shall be in accordance with the basic contract, statement of work and individual DO specifications. Delivery orders will be priced using RS Means Pricing Guides and applicable contractor's coefficient. In accordance with FAR Part 19, this solicitation will be set-aside for competitive certified 8(a) Small Business Administration (SBA) entities within the Mid-Atlantic Region. This region consists of the following states: Delaware, District of Columbia, Maryland, Pennsylvania, Virginia and West Virginia. Joint Venture Agreements are allowable on competitive 8(a) set-asides. The agreement must be received by SBA prior to proposal due date and approved before award of the resulting contract. Firms shall have a bona fide office within the Mid-Atlantic Region and be certified in the SBA 8(a) program at the time of proposal receipt and be identified on their cover letter when responding to the solicitation. The North American Industry Classification System (NAICS) code for this project is 236220 (Commercial and Institutional Building Construction). The Business Size Standard is $36,500,000 in average annual receipts. Basis of contract award will be Past Performance Price Tradeoff with Past Performance and Technical when combined being significantly more important than price. A complete solicitation package is scheduled to be released and made available only through the FedBizOpps website at https://fbo.gov/ during June or July 2015 with an anticipated closing date for proposals 30 calendar days later. No hardcopies, faxes, or emails will be available. Please register as a source to be notified of RFP Amendments, Clarifications, etc. However, it is the responsibility of the contractors (even those registered as a source) to check the FBO website frequently to ensure they have all available information. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. SAM is the Official U.S. Government system that consolidates the capabilities of CCR/FedReg, ORCA, and EPLS. Information concerning registration requirement may be viewed via the Internet at https://www.sam.gov. No response to this announcement is required. The government shall not pay for any information in response to this announcement. The solicitation subsequent to this announcement may be cancelled. After solicitation and prior to award the possibility exists to reject all offers when cancellation is in the public interest. This announcement does not obligate the Government to pay for any bid or proposal preparation costs. Any questions to this notice must be submitted via email to the Contract Specialist or Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-15-R-0008/listing.html)
- Place of Performance
- Address: Joint Base Andrews, Maryland and its Davidsonville and Brandwine sites, Joint Base Andrews, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN03776936-W 20150627/150626000115-63a5d755e74406297caf1bea72c09904 (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 |