Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2018 FBO #6026
SOLICITATION NOTICE

38 -- Single-Award Indefinite Delivery Indefinite Quantity Delivery Order Contract - Package #1

Notice Date
5/22/2018
 
Notice Type
Presolicitation
 
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
FA2521-18-R-0020
 
Archive Date
6/15/2018
 
Point of Contact
Kimberly S. Horner, Phone: 3214940447, Anthony T. Eubanks, Phone: 3214940043
 
E-Mail Address
kimberly.horner@us.af.mil, anthony.eubanks@us.af.mil
(kimberly.horner@us.af.mil, anthony.eubanks@us.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Site Visit Questions and Answers Template Site Visit Base Access Request Site Visit Rules of Engagement Single-Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract for the primary execution of sustainability, renovation, and modernization construction (SRM) and/or design requirements within the 45th Space Wing. 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. Minimum Amount: $50,000.00 Maximum Amount: $3.99M The performance period for this project will be a 2-year ordering period. This acquisition is 100% set-aside to Women-Owned Small Business on a competitive basis. NAICS Code: 236220 Size Standard: $36.5M RFP will be available on or about 6 June 2018. Initial Requirement: Repair Upgrade Perimeter Fence, Patrick AFB, FL, Project Number: SXHT 16-1280 Brief Description of Work: The work to be performed under this project consists of providing all necessary labor, equipment and materials to remove approximately 5,957 linear feet of 2-cable barrier system along Patrick Air Force Base side of State Road A1A 6' high perimeter chain link fence; replace with approximately 5,957 linear feet of 4-cable barrier system from Station 360+83 to Station 420+40. Project includes portions of chain link fence posts, fabric and other component removal and replacement, excavation and construction of concrete anchor deadmen, and site restoration of asphalt pedestrian paths and sod. Where cable barrier system is located within the Runway MFZ (Mandatory Frangibility Zone) and Clear Zones, contractor shall provide frangible type connection materials to the Government, but shall install cable barrier to meet the UFC. Construction magnitude initial requirement: Between $500,000 to $1,000,000 dollars. Period of Performance Initial Requirement: 90 days from NTP. The Request for Proposal will be available by Electronic Transmission only at: http://www.fbo.gov. Potential offerors must be currently registered in the System for Award Management to be eligible for award. (See Internet Site: http://www.sam.gov). Payment 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. Site visit is tentatively scheduled for 20 June 2018 at 10:00am. The solicitation is set-aside for Women-Owned Small Business Concerns. Contract award will be based on a best value analysis using Performance-Price Tradeoff procedures. Anticipated award on or about 10 August 2018. NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNTIL FUNDS ARE AVAILABLE TO MAKE PAYMENTS UNDER A CONTRACT. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER RFP CLOSING, WITH NO OBLIGATION TO THE GOVERNMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-18-R-0020/listing.html)
 
Place of Performance
Address: 1201 Edward H White II St, Patrick AFB, Florida, 32925-3237, United States
Zip Code: 32925-3237
 
Record
SN04930920-W 20180524/180522231024-95a05e5c18547eca7dba79b5d069d8cc (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.