Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
MODIFICATION

Z -- SDVOSB Single Award IDIQ Task Order Contract, CCAFS

Notice Date
7/21/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-17-R-0007
 
Point of Contact
Jose L. Plasencia, Phone: 3218530877, Patricia A. Bates, Phone: 3214945231
 
E-Mail Address
jose.plasencia.2@us.af.mil, patricia.bates@us.af.mil
(jose.plasencia.2@us.af.mil, patricia.bates@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-SOLICITATION NOTICE: This is NOT a request for proposal. The 45th Contracting Squadron, Patrick AFB, FL announces the anticipated release of solicitation number FA2521-17-R-0007 for a Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract in support of the 45th Space Wing (45 SW) at Patrick Air Force Base and Cape Canaveral Air Force Station, FL. Contractor will be required to provide all supervision, labor and materials for the primary execution of sustainability, renovation, and modernization construction (SRM) and/or design requirements within the 45 SW. All applicable provisions and clauses will be included in the actual solicitation. This electronic announcement constitutes the only pre-solicitation notice being issued. The NAICS 236220 Commercial and Institutional Building Construction, supports the construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures, such as stadiums, grain elevators, and indoor swimming facilities. This industry includes establishments responsible for the on-site assembly of modular or prefabricated commercial and institutional buildings. Included in this industry are commercial and institutional building general contractors, commercial and institutional building for-sale builders, commercial and institutional building design-build firms, and commercial and institutional building project construction management firms. The typical work may include the construction, restoration, emergency response, repair, enhancement, maintenance, and demolition of facilities, utilities, real property systems, and infrastructure in support of construction and engineering requirements. The requirements examples include general interior finish upgrades and space reconfiguration, electrical service improvements, roofing materials replacement, mechanical systems repair, storm drainage structure repair, plumbing repairs and improvements, walkways, etc. Work may also include some construction of new facilities. It is anticipated that this solicitation will be set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) competition. Interested parties should register on-line and subscribe to receiving procurement announcements related to this solicitation via the website at www.fbo.gov. There will be no paper copies of this solicitation. All solicitation information may be obtained through the above referenced website. Any questions related to this solicitation must be submitted electronically via email to, jose.plasencia.2@us.af.mil and kristin.doty@us.af.mil. Please reference solicitation # FA2521-17-R-0007 on all correspondence. Title: To be determined (TBD) - Single-Award Task-Order Contract Initial Requirement Project Number: TBD Place of performance: Cape Canaveral Air Force Station, FL 32925 Brief description of work: TBD. NAICS Code: 236220 Commercial and Institutional Building Construction Size Standard: $36.5M In accordance with FAR 36.204(d), Disclosure of the magnitude of construction projects, the initial requirement, is anticipated to be between $250,000 to $500,000 dollars. Solicitation issue date is TBD. A closing date will be established upon solicitation release. The performance period for the initial requirement is TBD. The minimum task order amount will be $50,000 and the maximum $4M. Task orders are estimated to range between $50,000 and $2M with a 3 year ordering period. Contract award will be based on a best value analysis using Lowest-Price Technically Acceptable (LPTA) evaluation procedures (FAR Part 15). The solicitation will be available by electronic transmission only at: http://www.fbo.gov. Potential offerors must be currently registered in System for Award Management to be eligible for award. (See http://www.sam.gov). Payments for this acquisition will be made through the Wide Area Workflow (WAWF) System. Contractors must be registered in WAWF, see internet site: https://wawf.eb.mil for registration. All responsible sources may submit an offer which will be considered by the 45th Space Wing. Added: 21 Jul 2017 Due to unavoidable delays with the requirement, the SDVOSB Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract for CCAFS has been moved to FY18. The applicable NAICS code will remain the same. Details of the initial requirement, as well as the solicitation package itself, will be provided in FY18 and this notice will be updated accordingly once the information becomes available. Any questions related to this solicitation should be submitted electronically via email to, jose.plasencia.2@us.af.mil and patricia.bates@us.af.mil. Please reference solicitation # FA2521-17-R-0007 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-17-R-0007/listing.html)
 
Place of Performance
Address: Cape Canaveral Air Force Station, Cape Canaveral Air Force Station, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04590548-W 20170723/170721235502-c38f605fd2fc7f3ee997be1430c4efef (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.