Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOURCES SOUGHT

Z -- Simplified Acquisition of Base Engineering Requirements (SABER) - Sources Sought Notice

Notice Date
2/16/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-17-R-0027
 
Archive Date
3/25/2017
 
Point of Contact
Leslie Christoferson, Phone: 315-330-7255, John J. Haberer, Phone: 3153304378
 
E-Mail Address
Leslie.Christoferson@us.af.mil, John.Haberer@us.af.mil
(Leslie.Christoferson@us.af.mil, John.Haberer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SABER Draft Specifications The Air Force Research Laboratory (AFRL), Information Directorate, Rome, NY is seeking capable sources to perform a Simplified Acquisition of Base Engineering Requirements (SABER) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The basic contract period will be 60 months. Work will include tasks in a variety of trades such as carpentry, steam fittings, plumbing, sheet metal, painting, demolition, masonry, welding, HVAC, electrical distribution, etc. The contractor shall furnish all materials, labor, plant, tools, transportation, equipment, testing services, quality control and incidentals necessary to provide a wholly complete and operational facility or system. Work will be located at facilities defined by USAF Real Property records installation codes; ULDF Rome Research Site, RTVW Newport 1 and RTWC Newport 2 annexes (Newport, NY), WHXP Stockbridge Test Annex (Stockbridge, NY), and Defense Finance and Accounting Services (DFAS) facilities (Rome, NY). Performance will be accomplished by the Contractor through individual task orders or blanket task orders issued by the Contracting Officer. Each task order issued by the Government will identify the general scope of work. The Contractor will be required to maintain a management office, with adequate staffing, physically present on the Rome Research Site, in order to receive work orders and provide other engineering and management services needed to accomplish those orders. This acquisition will require a general contractor with experience and expertise capable of managing numerous task orders at the same time, which will require construction scheduling, cost estimating, quality control, and coordination of subcontractors in a wide variety of construction trades. The attached DRAFT Specifications for Simplified Acquisition of Base Engineering Requirements (SABER) at the United States Air Force Research Laboratory Rome Research Site (ATTACHMENT 1) provides further details for this requirement. The above description of work is for the purpose of general information only and is not intended to include and describe every feature of work or to define the scope of the work. Interested offerors are encouraged to review the DRAFT Specifications for Simplified Acquisition of Base Engineering Requirements (SABER) and provide comments and/or questions. Note that this Sources Sought Notice is for planning purposes only. The information obtained from responses to this notice may be used to develop an acquisition strategy and future solicitation. The Air Force is considering whether to set aside this Firm Fixed Price (FFP) acquisition for competitive 8(a), HUBZone Small Business (SB), Service Disabled Veteran Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB) or Small Business (SB). If adequate responses are not received, the acquisition may be solicited on a "full and open" basis. If this effort is to be set aside, then a clause such as FAR 52.219-14, Limitations on Subcontracting, will apply and the prime specialty trade contractor will be required to perform a minimum of 15% of the cost of the contract, not including the cost of materials, with its own employees. The applicable NAICS code is 236220 - Commercial and Institutional Building Construction. The applicable size standard is $36.5M average annual gross receipts for the preceding three fiscal years. All interested 8(a); HUBZone SB, SDVOSB, WOSB and SB concerns are invited to respond. In order to be considered, responses must include the following: 1. Positive statement of intent to submit a proposal for this solicitation as a prime contractor. 2. A company profile, including name of business, CAGE code, DUNS number, and other pertinent information. 3. A description of capabilities. 4. Documentation of current 8(a), HUBZone SB, SDVOSB, WOSB or SB status such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov). Please note, all SDVOSB and VOSB must be verified by the office of Small Disadvantaged Business Utilization Center for Veterans Enterprise (CVE) prior to receiving any award. 5. Evidence of experience within the past three (3) years of work similar in magnitude and scope. NOTE: All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone SB, SDVOSB, WOSB or SB concerns. Failure to submit all information requested may result in a contractor being considered ‘NOT INTERESTED' in this requirement. Firms that meet the requirements described in this announcement are invited to submit their responses to the attention of Leslie Christoferson, Contract Specialist (Leslie.Christoferson@us.af.mil) with an email copy to John Haberer (John.Haberer@us.af.mil) and Small Business Specialist (Janis.Norelli@us.af.mil). Responses must be sent by email. All information must be received before 3:00 PM (ET) 10 Mar 2017 to be considered. Technical questions may be referred to Leslie Christoferson with an email copy to John Haberer (see email addresses indicated above). Small Business program questions may be referred to Janis Norelli, email Janis.Norelli@us.af.mil. If a solicitation for this requirement is issued, in order to receive a contract award, the successful offeror must be actively registered in System Award Management (SAM - http://www.sam.gov) and Wide Area Workflow (WAWF - https://wawf.eb.mil). This Sources Sought Notice is not a Request for Proposal (RFP). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-17-R-0027/listing.html)
 
Record
SN04405578-W 20170218/170216234918-f4873770ac77ec7074a0de974bd1a5f4 (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  © 1994-2020, Loren Data Corp.