Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2020 SAM #6918
SOURCES SOUGHT

Y -- United Kingdom SABER

Notice Date
11/5/2020 6:31:31 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA5587 48 CONS APO AE 09461-5120 USA
 
ZIP Code
09461-5120
 
Solicitation Number
FA558721R0001
 
Response Due
12/4/2021 3:00:00 AM
 
Archive Date
12/19/2021
 
Point of Contact
Alex Kephart, Phone: 441638522394, SSgt Trevor Forsythe, Phone: 441638521088
 
E-Mail Address
alex.kephart@us.af.mil, trevor.forsythe@us.af.mil
(alex.kephart@us.af.mil, trevor.forsythe@us.af.mil)
 
Description
This sources sought is issued solely for informational, planning purposes and market research in accordance with FAR Part 10.� This sources sought is seeking interest from businesses capable of performing under a long-term simplified acquisition base engineering requirements (SABER) indefinite-deliver indefinite-quantity (IDIQ) contract.� This contract will cover the following United States Visiting Forces (USVF) Royal Air Force (RAF) installations: RAF Lakenheath, RAF Mildenhall, and RAF Feltwell. All responses will be used to guide future acquisition strategy decisions.� No Award will be made from this sources sought.� A solicitation is not currently available at this time.� The United States Air Force is not seeking proposals at this time and will not accept unsolicited proposals. Submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Description The contract is for a broad range of maintenance, repair, alterations, minor and new construction work on real property at RAF Lakenheath, RAF Mildenhall, and RAF Feltwell. The work is required in support of the 48th and 100th Civil Engineer Squadrons activity headquartered at RAF Lakenheath and RAF Mildenhall.� The contract will be a Firm Fixed-Price Indefinite Delivery-Indefinite Quantity (IDIQ) type contract and will include a wide variety of individual maintenance, repair and construction tasks as listed in the RSMeans cost estimating pricing guides and databases or SPONS Price Book Suite. The Government is seeking feedback on which pricing/cost estimating tool is best. During the contract period the 48th Civil Engineering SABER Office, (48 CE/CEN) and 100th Civil Engineering SABER Office (100 CES/CEN) will identify construction projects/tasks required to complete each specific job and 48 CONS/PKC will issue individual Task Orders to the Contractor to complete those jobs.� The Contractor shall be required to furnish all materials, equipment, and personnel necessary to design, manage, and accomplish the respective Task Orders. The Contractor shall be required to maintain management office(s) on RAF Lakenheath in order to receive work requests and to provide other management services related to accomplishing individual tasks. Contract Information The anticipated North American Industries Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction.��The proposed contract would be awarded to one vendor as an Indefinite Delivery Indefinite Quantity (IDIQ) firm-fixed price contract. The Government is, however, also considering a multiple award IDIQ contract if determined feasible. Requested Information Interested sources are asked to provide the following information no later than 4 December 2020 at 4:00PM GMT: (1)� Company name, address, point of contact, telephone number and e-mail address. (2) Contractor�s capability to perform a contract of this magnitude and complexity.� Provide list of no more than 5 past efforts (efforts of a similar size and scope of the proposed contract effort are considered relevant), either Government or commercial, performed within the last five years with a description of the effort (contract number, project title, dollar amount, timeliness of performance; customer satisfaction.)� Include your customer�s name (vendor), address, telephone number, and email address. Specifically, the Government is interested in any longer term IDIQ construction-type contracts (i.e. SABER, multiple award task order contract (MATOCs), single award task order contracts (SATOCs), framework agreements, etc.) Questions (1) If the Government were to establish a multiple-award SABER IDIQ, with the potential to include up to three vendors, what annual minimum guarantee would be necessary for this contract effort to make economic sense for your company? (2) If the Government were to establish a single-award SABER IDIQ, what annual minimum guarantee would be necessary for this contract effort to make economic sense for your company? (3) If you are a company that traditionally operates in the United States of America (or outside of the United Kingdom): a. What actions will you take to ensure you meet all regulations/guidance related to performing construction in the United Kingdom, in addition to all US guidance/regulations? b. What concerns do you have about ramping up and maintaining operations in support of this contract effort? (4) If you are a company that traditionally operates outside of the United States of America or does not have significant experience working with the US Government: a. What actions would you take to ensure you meet all Federal Acquisition Regulation (FAR) and Air Force construction contracting processes? Reference the FAR and Air Force Construction Guide. b. What actions would you take to ensure you meet all US guidance/regulations for performance of construction? (5) What recommendations do you have for ensuring the Government selects an experienced contractor capable of establishing the partnership necessary to make a long term IDIQ contract successful? (6) The Government is considering using past performance as a major discriminator in selection of a contractor(s) for award. Specifically, the Government prefers companies with SABER and/or MATOC experience (known commonly in the United Kingdom as framework agreement). Is there any concerns with this approach? Do you have any suggestions for other criteria that might assist the Government in selecting experienced/highly capable contractor(s) for this contract effort? (7) Are the requirements, as outlined in the statement of work, clear and achievable? Please identify any sections/paragraphs that are confusing or ambiguous, with any suggested changes or additions. (8) The statement of work, as written, anticipates using the SPONS Unit Price Guide as the method of pricing. This decision, however, is not final. The Government is seeking feedback from interested vendors on the preferred pricing method. As a contractor, do you prefer RS Means or SPONS? Please provide reasoning for the preferred pricing tool. (9) If the Government were to set a required minimum percentage of work to be performed by the awardee, versus work performed by subcontractors, what is a reasonable percentage and why? All of the above information should be submitted in sufficient detail for a determination to be made on the availability of interested parties.� Responses shall be limited to 10 pages.� Proprietary information should be marked �PROPRIETARY INFORMATION�. In accordance with 52.204-7, contractors must be registered in the System for Award Management (SAM) prior to award. Registration may be accomplished at http://www.sam.gov. Points of Contact Alex Kephart, Contracting Officer � (+44) 1638 522 394 alex.kephart@us.af.mil SSgt Trevor Forsythe, Contract Specialist � (+44) 1638 521 088 trevor.forsythe@us.af.mil Place of Performance RAF Lakenheath, RAF Mildenhall, RAF Feltwell, and other outside locations within the UK, associated with these three listed RAF installations.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d63d2adacf5644f1b1c6d1b21434f50c/view)
 
Place of Performance
Address: RAF Lakenheath 09464, GBR
Zip Code: 09464
Country: GBR
 
Record
SN05847640-F 20201107/201105230147 (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.