Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2022 SAM #7651
SOLICITATION NOTICE

Z -- Civil Engineering Multiple Award Construction Contract III, IDIQ

Notice Date
11/9/2022 5:22:34 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA8501 OPL CONTRACTING AFSC/PZIO ROBINS AFB GA 31098-1672 USA
 
ZIP Code
31098-1672
 
Solicitation Number
FA8501-22-R0023
 
Response Due
11/21/2022 1:00:00 PM
 
Archive Date
12/06/2022
 
Point of Contact
LaPrell Todd, Phone: 4783272887, ANGELA WHITLEY, Phone: 4789267989
 
E-Mail Address
travica.todd@us.af.mil, angela.whitley@us.af.mil
(travica.todd@us.af.mil, angela.whitley@us.af.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
AFSC/PZIOC Infrastructure Support Branch, Robins AFB, GA and locations in Georgia supported by AFSC/PZI offers this opportunity to be accomplished using competitive acquisition procedures for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. The Civil Engineer Multiple Award Construction Contract III (CEMACC III) is an indefinite delivery-indefinite quantity (IDIQ) contract whose requirements will be competed among a pool of multiple awardees. This will be a firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contract for CEMACC III requirements in support of real property maintenance, repair and alteration.� Work will be defined in individual Task Orders 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 facilities.� The classification code for services under the CEMACC III IDIQ is Construction, PSC is Z2JZ. Work may include but is not limited to: maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, asbestos remediation, paving, and earth work for industrial/office buildings and/or infrastructure. The contractor will furnish all design, labor, equipment, material, manufactured articles, transportation, supervision, and all else necessary to accomplish the design and/or repair/construction of each Task Orders written under this CEMACC III for all work that is defined for each project. Work will be accomplished at Robins AFB, GA. Task Orders will be completed as required per CEMACC III specifications, referenced documents, and as identified on any attached Task Orders project documents as applicable. Period of Performance and Magnitude: The combined aggregate maximum contract amount of the IDIQ will be no more than $300 million over five years. The period of performance is anticipated to be for one 12-month base period and four 12-month option periods. Individual task orders will vary in size and complexity. Typically, projects will range in size from $150k to $2M. The contractor must be able to perform a variety of construction projects ranging in size and complexity. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. The applicable North American Industry Classification System (NAICS) code for this acquisition is 236220 with a small business size standard of $36,500,000.00 Million. It is anticipated that a multiple award contract will result from the solicitation. The successful contractor(s) will be selected using Low Price with Special Standards of Responsibility (SSR) in accordance with FAR 9.104-2. Additional information regarding the Instructions to Offerors and Evaluation Criteria for Award will be located in the resultant solicitation.� All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency"". (FAR 5.207(c)(16)(i)) Note: All firms or individuals responding must be registered with the System for Award Management (SAM). The entire solicitation will be made available on the web site at https://beta.sam.gov/. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Contractors must be registered in SPRS (Supplier Performance Risk System): DoD Assessment prior to award and included in the file IAW DFARS 204.7303(b).� VETS-4212: Department of Labor�s VETS-4212 Database must be queried prior to award and included in the file IAW FAR 22.1304
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f13dcaff57f467dbe1cd8ba18ff3a7b/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN06513757-F 20221111/221109230111 (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.