Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 04, 2018 FBO #5886
SOURCES SOUGHT

Z -- FY19 Simplified Acquisition for Base Engineering Requirements (SABER)

Notice Date
1/2/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FA4417-18-SS-SABER
 
Archive Date
1/31/2018
 
Point of Contact
Roger F. Hartzell, Phone: (850) 884-7690
 
E-Mail Address
roger.hartzell@us.af.mil
(roger.hartzell@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a Request for Information (RFI) as used in FAR 15.201(e) as part of its market research process. This is an RFI and is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. It is emphasized that this RFI is for planning and information purposes only. It is not a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited. Information requested is from 8(a) certified sources that have the capability, financial means, and interest in Hurlburt Field's Simplified Acquisition for Base Engineering Requirements (SABER) follow-on contract. This acquisition was previously awarded as a Firm Fixed-Price, Indefinite Delivery, Indefinite Quantity type competitive 8(a) contract with a maximum ceiling of $25M. The current contract is anticipated to end on 30 June 2019. The Government is seeking to identify qualified, experienced offerors, who can perform a broad range of multiple disciplines, to include but not limited to maintenance, repair, renovation/alteration, new construction, additions, roofing, paving, utilities, HVAC, design, and related construction work on Hurlburt Field, Florida and all off-base sites under its control ranging in value between $2K and $1M. The new proposed contract is anticipated to be a single contract award. Task orders will require a variety of trades such as carpentry, excavation, electrical, plumbing, sheet metal, painting, demolition, concrete, masonry, welding, mechanical, and other general contracting work. Contractors will be required to furnish all labor, materials, supplies, equipment, transportation, engineering and/or technical design and personnel necessary to manage and accomplish projects as described in each individual request for proposal, and in accordance with applicable federal/state/local safety and environmental regulations. The magnitude of the anticipated contract is valued between $10M and $25M. It is anticipated that the SABER contract will be a Firm Fixed-Price, Indefinite Delivery, Indefinite Quantity type contract that will have a basic contract period contemplated of twelve (12) months, with four (4) twelve-month option periods. The North American Industry Classification System (NAICS) code for this effort is 236220, entitled Commercial and Institutional Building Construction with a size standard of $36.5M. Performance and payment bonds will be required per individual task orders in accordance with the Federal Acquisition Regulation Part 28. An electronic copy of the firm's capability statement is requested. The information requested should not exceed five (5) total single-sided pages, single spaced with twelve-pitch font size and, as a minimum, should include the following: 1. Positive statement of intent to submit a proposal in response to the anticipated solicitation as a prime contractor; 2. Company profile including name of business, address, CAGE code, DUNS number, point of contact, size of business, socio-economic status; 3. Firm's estimated 8(a) graduation date; 4. Description of relevant Government or commercial contract experience held over the last three years, i.e. cite current references and points of contact (3-5 years of project management and experience with Unit Price Guides and Estimating Systems); 5. Evidence of financial capability, to include firm's approximate annual gross revenue, to support a requirement of this nature and size; 6. Technical management resources to support a requirement of this nature and size; 7. Bonding capacity per contract and aggregate; and 8. Average number and estimated combined dollar value of active projects/task orders managed annually. Interested parties are requested to submit responses to this announcement via e-mail ONLY, by 4:30 pm CST on 16 January 2018. Paper copies of this announcement will not be provided. All packages should be received no later than 14 days from the issuance of this Sources Sought. This is a request for information only. Any information received will be used solely for the purpose of market research. Any questions relating to this announcement must be submitted in writing, via e-mail ONLY, to the Roger Hartzell at roger.hartzell@us.af.mil. Oral communications ARE NOT acceptable in response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FA4417-18-SS-SABER/listing.html)
 
Place of Performance
Address: Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN04778733-W 20180104/180102230508-b335e31beeea409dd2a05de484efa8a2 (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.