Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SOLICITATION NOTICE

38 -- Niagara Falls ARS Simplified Acquisition of Base Engineering Requirements (SABER) ID/IQ

Notice Date
5/17/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, New York, 14304-5001
 
ZIP Code
14304-5001
 
Solicitation Number
FA6670-17-R-0006
 
Point of Contact
Jason P Topick, Phone: 7162362214
 
E-Mail Address
jason.topick.1@us.af.mil
(jason.topick.1@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a Pre-Solicitation Notice. This notice does NOT constitute a request for proposal, request for quote or invitation for bid. Niagara Falls Air Reserve Station has a requirement for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Simplified Acquisition of Base Engineering Requirements (SABER) at Niagara Falls ARS, NY. The SABER contract's main purpose is to provide a streamlined means to complete minor, non-complex construction projects estimated at less than $1,000,000 that require minimum design. The contract contains a collection of detailed task specifications that include most types of standard construction work and the real property maintenance and repair incidental to such construction. Work includes, but is not limited to, the following: carpentry, road and parking lot repair, roofing, excavating, steam fittings, plumbing, sheet metal, painting, demolition, masonry, welding, HVAC, and indoor and outdoor electrical distribution. The Government anticipates the award of a single Firm-Fixed Price IDIQ contract for a one year base period, and to contain four one-year option periods, to be exercised at the Government's discretion, for a potential aggregate total of $6,000,000.00 for five years. Minimum Task Order (TO) to be $2,500.00. TO maximum amount to be $1,000,000.00. Guaranteed contract minimum amount $10,000.00. The successful offeror will be required to furnish all labor, supplies, materials, supervision, transportation, equipment, testing and personnel necessary to design, manage and accomplish individual projects and maintain a management/project office, such as a mobile office/office trailer, at Niagara Falls ARS, NY to receive delivery/task orders and provide other management services related to accomplishing individual projects. Proposals for each potential task order will be solicited from the SABER contractor through a formal Task Order Request / Request for Quote process. The minimum task order amount shall be $2,500.00 and the maximum task order amount shall not exceed $1,000,000. All work will be performed at the 914th Airlift Wing, Niagara Falls ARS, Niagara County, NY. A SABER contract is not a requirements contract. The Government is solely responsible for the decision to use the SABER contract as the appropriate contract vehicle for a particular task order requirement, or to utilize an alternate procurement method. Determination of the best procurement method for performing task order work will remain solely at the discretion of the Government. Task orders will be awarded as firm-fixed price contracts using the Facilities Construction Cost Data by RS Means (Unit Price Book) with a coefficient. Award of task orders will be predicated on determination of best value to the government, and fair and reasonable pricing. Each task order will be awarded pursuant to FAR 16.505. The rules and pricing guidance of FAR Part 16 will be applicable to all task orders. Proposals shall be evaluated utilizing Lowest Price Technically Acceptable (LPTA) source selection procedures. Evaluation Factors will be set forth in Sections L & M of the solicitation and will include evaluation of the following areas: Technical Acceptability, Past Performance and Price/Co-Efficient. The solicitation is an 8(a) Competitive local area set-aside and competition is limited to eligible 8(a) firms serviced by the SBA Buffalo district office. The NAICS code is 236220, with a Small Business Size Standard of $36,500,000. Liquidated damages, as well as payment and performance bonds, if applicable, will be identified on each delivery/task order placed under the proposed contract. The Request for Proposal (RFP) for this contract will be issued electronically at the Federal Business Opportunities website http://www.fedbizopps.gov under reference number FA6670-17-R-0006 on or after 1 June 2017. Proposals will be due approximately 30 days later. Site visit information will be provided in the solicitation; prime contractors, subcontractors and/or suppliers may attend the site visit. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay and/or reimburse respondents and/or their associates for any costs incurred to submit the requested information and/or a proposal. Responses to this notice and/or the Request for Proposals will not be returned. The complete solicitation will only be available electronically at www.fbo.gov. No paper / hard copies will be provided. It is the contractor's responsibility for downloading the RFP documents and for monitoring the website for possible amendments, changes or updates. Interested vendors may register their contact information at the Federal Business Opportunities website under this notice. This list will be available on-line and is to facilitate subcontracting opportunities. Contractors must be actively registered in the System for Award Management (SAM) database at www.sam.gov and have their On-line Representations and Certifications completed. Failure to register in the database will render the contractor ineligible for award. Offerors must also be actively registered in Wide Area Workflow (WAWF) - https://wawf.eb.mil. Any questions relating to this solicitation must be submitted in writing to the 914 th Contracting office. No verbal communications are authorized. For questions, please contact Jason P. Topick at jason.topick.1@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/FA6670-17-R-0006/listing.html)
 
Place of Performance
Address: 914th AW (Base-wide), Niagara Falls, New York, 14304-5001, United States
Zip Code: 14304-5001
 
Record
SN04513061-W 20170519/170518000345-a18a4f670575c98c14d2901aca612f05 (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.