Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOLICITATION NOTICE

Z -- SABER Construction Services IDIQ

Notice Date
5/11/2020 9:43:49 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4887 56 CONS CC LUKE AFB AZ 85309-1217 USA
 
ZIP Code
85309-1217
 
Solicitation Number
FA488720R0004
 
Response Due
5/26/2020 1:00:00 PM
 
Archive Date
06/10/2020
 
Point of Contact
Tiffany Draper, Phone: 6238569665, Curtis Merritt, Phone: 6238562792
 
E-Mail Address
tiffany.draper.1@us.af.mil, curtis.merritt@luke.af.mil
(tiffany.draper.1@us.af.mil, curtis.merritt@luke.af.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
This is a Pre-Solicitation Notice. �This notice does NOT constitute a request for proposal, request for quote or invitation for bid. �Luke Air Force Base intends to issue an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Simplified Acquisition of Base Engineering Requirements (SABER) at Luke Air Force Base, Gila Bend AF Auxiliary Field (to include the Barry M. Goldwater Range), AFRC Wing Sky Harbor International Airport, and Fort Tuthill Recreation Area, Flagstaff, Arizona. NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE MADE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. Department of the Air Force, 56th Contracting Squadron, will solicit for a Simplified Acquisition of Base Engineer Requirements (SABER) Contract at Luke Air Force Base, Gila Bend AF Auxiliary Field (to include the Barry M. Goldwater Range), AFRC Wing Sky Harbor International Airport, and Fort Tuthill Recreation Area, Flagstaff, Arizona. �The applicable North American Industry Classification System (NAICS) code for this acquisition is 236220 with a small business size standard of $39,500,000.00. �The work to be performed will consist of a wide range of individual construction tasks to include, but not limited to: carpentry, excavation, electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete, masonry, welding, HVAC, asbestos removal, etc. in support of real property maintenance, repair, alteration, and new construction.� The successful offeror will be required to furnish all materials, equipment, and personnel necessary to design, manage, and accomplish the individual projects at Luke Air Force Base, Gila Bend AF Auxiliary Field (to include the Barry M. Goldwater Range), AFRC Wing Sky Harbor International Airport, and Fort Tuthill Recreation Area, Flagstaff, Arizona. A seed project for this contract will be identified at the time of solicitation issuance. IAW DFARS 236.204, the magnitude for this (SABER) contract is between $25,000,000.00 and $100,000,000.00. THIS PROCUREMENT IS A SBA CERTIFIED HUBZone SET ASIDE AND IS LIMITED TO SBA CERTIFIED HUBZone. Interested HUBZone firms will be required to show evidence of bonding capability to the maximum magnitude of the project to include both single project bond capability of $3,000,000.00 and a minimum aggregate total of $10,000,000.00 respectively as outlined in the solicitation. NOTE: All contractors must be registered in the System for Award Management (SAM) program in order to receive a contract award from any DOD activity. Contractors may access the Internet site at: https://beta.sam.gov/ to register and/or obtain information about the SAM program. No Foreign participation is allowed. The Government anticipates the award of one, firm-fixed price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract which will consist of a five (5) year base ordering period, and two (2) one-year Incentive Option periods to be exercised at the Government's discretion. The guaranteed minimum award amount for the contract is $2,000.00. The successful offeror will be selected using Performance Price Tradeoff with Technical Acceptability (PPT) procedures, resulting in the best value to the Government. �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. Upon award, an initial pre-performance conference will be held at Luke Air Force Base, AZ. The performance periods of task orders placed under the proposed contract may range from 30 to 365 calendar days depending on the project. �Liquidated damages, if applicable, will be identified on each task order placed under the proposed contract. It is anticipated the solicitation will be issued electronically on or about 27 July 2020 on the Federal Business Opportunities web page at http://beta.sam.gov. ��Paper copies will not be available. �It is anticipated that a site visit will be conducted within two (2) weeks after issuance of the solicitation. Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. �All prospective contractors must be actively registered in the System for Award Management (SAM), in order to be eligible for an award. �Primary point of contact (POC): Curtis Merritt, Contract Specialist, Phone (623) 856-2792, e-mail: curtis.merritt@us.af.mil and Alternate POC: Tiffany Draper, Contracting Officer, Phone (623) 856-9665, e-mail: tiffany.draper.1@us.af.mil. Preferred method of contact is email.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/35fda9cc673f4927b826c73f2b55aaa8/view)
 
Place of Performance
Address: Luke AFB, AZ 85309, USA
Zip Code: 85309
Country: USA
 
Record
SN05653197-F 20200513/200511230209 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.