Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2017 FBO #5784
SOLICITATION NOTICE

Z -- Systems Acquisition for Base Engineering Requirements (SABER)

Notice Date
9/22/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 910 CONF/LGC, 3976 King Graves Road, Unit 31, Youngstown ARS, Ohio, 44473-5931
 
ZIP Code
44473-5931
 
Solicitation Number
FA6656-17-R-0001
 
Archive Date
4/22/2018
 
Point of Contact
Phyllis J Delgros, Phone: 330-609-1046, Kimberly S. Hitchcock, Phone: 3306091386
 
E-Mail Address
phyllis.delgros@us.af.mil, kimberly.hitchcock.1@us.af.mil
(phyllis.delgros@us.af.mil, kimberly.hitchcock.1@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This solicitation is an 8(a) Small Business Administration (SBA) geographic local area set aside. Competition is limited to eligible 8(a) firms located in the Cleveland and Pittsburgh District Offices of the SBA. The government anticipates the award of two Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. Work consists of providing all labor, supplies, materials, supervision, transportation, equipment, testing, etc., to complete the Simplified Acquisition of Base Engineering Requirements (SABER) services at the Youngstown Air Reserve Station (YARS), Vienna OH (Trumbull County). The construction task orders will include a wide variety of elements as identified and based on the prices from the latest R.S. Means Master Cost Data and an applied coefficient. Firm Fixed price task orders (TO) to be issued under the contract will consist of a broad range of maintenance, repair, alteration and construction work on real property at YARS. The work involved includes, but is not limited to carpentry, road repair, roofing, excavation, interior and exterior electrical, plumbing, sheet metal, painting, demolition, concrete, masonry, HVAC, and welding. The contractor shall be required to provide and maintain a management office such as a mobile office trailer on site. The performance period of the IDIQ contract shall consist of one base year and four option years, for a total of five years. The NAICS for this acquisition is 236220 which is a small business size standard of $36.5M and registered in the System for Award Management (SAM) at the time of proposal due date to receive an award as the prime contractor. Individual task orders against the contract will typically vary in size ranging from $100,000 to $500,000. The minimum overall contract amount for each contract awarded will be $100,000. Contract award will be based on best value using Lowest Price Technically Acceptable (LPTA) procedures. Factors being evaluated will be total price and technical. There will be no paper copies of the solicitation distributed. All solicitation information and documentation will be obtained through the www.fbo.gov website. Interested parties should register to receive notifications and should register as an interested vendor via the www.fbo.gov website. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award and must be current in the 8(a) program at time of award. Joint Ventures are allowable on competitive 8(a) set-asides; however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA BOS (Business Opportunity Specialists) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes can be made only when the SDO (Servicing District Office) BOS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSALS. The issue date of the solicitation is on or about 10 October 2017 with an estimated 30 calendar day response period. Site visit information will be provided in the proposal package; prime contractors, subcontractors and suppliers may attend the site visit. There will be no public bid opening. This notice does not obligate the government to award a contract nor does it obligate the government to pay or reimburse respondents nor their associates for any costs incurred to submit the requested information of a proposal. Responses to this notice and the Request for Proposals will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contact. Any questions relating to this solicitation must be submitted, in writing via email to phyllis.delgros@us.af.mil. or kimberly.hitchcock.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/910LGLGC/FA6656-17-R-0001/listing.html)
 
Place of Performance
Address: 3976 King Graves Road, Vienna, Ohio, 44473, United States
Zip Code: 44473
 
Record
SN04691752-W 20170924/170922232242-1bce37f2d426497cc0ddbc3377822e87 (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.