Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2021 SAM #7173
SOURCES SOUGHT

Z -- 2021 Transportation IDIQ

Notice Date
7/20/2021 4:29:17 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FA4686 9 CONS LGC BEALE AFB CA 95903-1702 USA
 
ZIP Code
95903-1702
 
Solicitation Number
FA468621RXXXX
 
Response Due
7/27/2021 12:30:00 PM
 
Archive Date
08/11/2021
 
Point of Contact
Joshua Williams, Phone: 5306342415
 
E-Mail Address
joshua.williams.23@us.af.mil
(joshua.williams.23@us.af.mil)
 
Description
FA468621RXXXX 2021 Transportation IDIQ Sources Sought posting to FBO Proposed verbiage: Description(s): THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.� This is not a request for proposal and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result. The Air Force will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation will be made available only on the Federal Business Opportunities website (https://www.fbo.gov/).� Interested Parties are solely responsible for monitoring the aforementioned website for release of a solicitation package. The 9th Contracting Squadron (9 CONS), Beale AFB, CA seeks to identify qualified, experienced, and interested businesses capable of performing the type of work as described herein. The following North American Industry Classification System (NAICS) code applies to this request for information: 237310 (Highway, Street, and Bridge Construction) to include airfield paving requirements. The new proposed contract would consist of a multiple line item, firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) vehicle to execute a broad range of non-complex transportation/paving projects for maintenance, alteration, or repair of real property at Beale AFB and its associated sites. Work will be defined in individual Task Orders (TO) and may consist of multiple disciplines in general construction categories. It may involve design services for all aspects of general construction including construction, modifications, and renovations of existing roads and utilities. Work may include but is not limited to: maintenance, repair, alteration, demolition, painting, paving and earthen work for roads and/or infrastructure. The winner of any eventual contract shall furnish all design, labor, equipment, material, manufactured articles, transportation, supervision, and all else necessary to accomplish the design and/or repair/construction of each TO written under this Transportation IDIQ for all work that is defined for each project at Beale AFB as may be ordered by the Contracting Officer. The work is required in support of the 9th Civil Engineer Squadron (9 CES) activities.� During the contract period, 9 CES will identify line item quantities required to complete specific jobs, and 9 CONS will issue individual task orders to the contractor to complete those jobs.� The description of work will be identified in each individual�task order. The winner of any eventual contract will supply everything necessary to manage and accomplish each task order. Performance and payment bonds will be required for each task order. It is anticipated that the performance period would be for a base period of five (5) years with a government option to extend the contract up to three (3) additional years. The minimum guaranteed contract amount is presently contemplated to be $40,000 for the basic year only. The minimum dollar value of a given task order is presently contemplated to be at least $10,000.� The maximum dollar value of a given task order is presently contemplated to not exceed $8 Million.� The overall program value is still under consideration; however, at this point the magnitude of construction is between $25,000,000.00 and $100,000,000.00 over the five-year period.� 9 CONS requests interested firms (regardless of size) prepare and submit a Capability Statement.� Include the following: (1) Company name, address, point of contact phone number, email and CAGE code of the firm.� (2) A list of recent (within the last three years), relevant projects.� Include a short summary of the project, to include the scope of work performed by the firm, the dollar magnitude of the work performed by the firm, and whether the firm performed the work as the prime contractor or as a subcontractor.� Identify the name of the project(s) owner and points of contact.� (3) The firm�s size status and/or socioeconomic statuses (i.e. Large Business, Small Business, Emerging Small Business, SBA-Certified 8A Program Participant, SBA-Certified HUB Zone Firm, Small Disadvantaged Business, Service-Disabled Veteran-Owned Business, Veteran-Owned Business, Woman-Owned Business).� (4)� The percent of work the firm can commit to accomplishing with in-house labor (not subcontracted).� (5)� The firm's bonding capacity, for a single contract and an aggregate bonding capacity. Capability statements shall be limited to three pages and may be emailed to joshua.williams.23@us.af.mil.� Electronic submissions must be no larger than 5 megabytes in total size due to email size limitations.� Any information submitted is voluntary.� The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Additionally, please provide answers to the attached sources sought questionnaire.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f6327f60c55d49299b94b18b1dbf0681/view)
 
Place of Performance
Address: Beale AFB, CA 95903, USA
Zip Code: 95903
Country: USA
 
Record
SN06067807-F 20210722/210720230127 (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.