SOLICITATION NOTICE
Z -- Robins AFB Mechanical/Electrical II IDIQ
- Notice Date
- 8/25/2023 7:55:40 AM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- FA8501 OPL CONTRACTING AFSC/PZIO ROBINS AFB GA 31098-1672 USA
- ZIP Code
- 31098-1672
- Solicitation Number
- FA850123RXXXX
- Response Due
- 9/11/2023 1:00:00 PM
- Archive Date
- 09/26/2023
- Point of Contact
- Kevin Hinman, ANGELA WHITLEY, Phone: 4789267989
- E-Mail Address
-
kevin.hinman.2@us.af.mil, angela.whitley@us.af.mil
(kevin.hinman.2@us.af.mil, angela.whitley@us.af.mil)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Description
- DESCRIPTION OF REQUIRMENT: AFSC/PZIOC Infrastructure Support Branch, Robins AFB, GA offers this future opportunity to be accomplished using competitive acquisition procedures for HUBZone Certified Small Business Firms. The Civil Engineering Mechanical and Electrical Multiple Award Construction Contract II (Mech/Elec II) 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 Mechanical and Electrical II 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 Mech/Elec II IDIQ is Construction, PSC is Z2JZ. Work may include but is not limited to: maintenance, repair, and alteration of mechanical, electrical and electrical sub-systems, demolition, asbestos remediation, HVAC repairs/renovations/upgrades, HVAC DDC controls, hot water/chilled water/steam underground distribution, fuel distribution systems (underground lines and tanks), gas/electric/oil-fired boiler repairs/replacement, primary and secondary electrical, electrical repair/upgrades, generators repairs/replacements, airfield/interior/exterior lighting repair/renovations/upgrades, lightning protection systems, fire suppression, and fire alarm/mass notification system repairs/renovations/upgrades.. 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 Mech/Elec II 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 Mech/Elec II specifications, referenced documents, and as identified on any attached Task Orders project documents as applicable. PERIOD OF PERFORMANCE/MAGNITUDE: The combined aggregate maximum contract amount of the IDIQ will be no more than $95 million over five years. The period of performance is anticipated to be for one five (5) year ordering period in which individual Task Orders may be placed with their own periods of performance. Individual task orders will vary in size and complexity. Typically, projects will range in size from $50K to $500K. 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 238220 with a small business size standard of $19,000,000.00 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 proposal 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 The US Government currently anticipates the release of the solicitation in September 2023 MINIMUM REQUIREMENTS: ** It is anticipated that the following Special Standards of Responsibility (SSR) will be used** The following are Special Standards of Responsibility (SSR) the offeror must meet to be considered for award. The offeror shall provide acceptable documentation that will be used to verify all SSRs have been met. The SSRs in addition to the submittal of the appropriate bid bond amount will be the factors determining what offerors will and will not be considered further. - Professional Architectural and Engineering Firm registered in the State of Georgia to perform and seal all required design documents. Acceptable Documentation: Letter from AE firm showing a working relationship with a copy of their professional seal. Working relationship as defined by projects completed within the last five years with a minimum of three projects. The AE must document this relationship within the respective letter. - Fire Protection Engineer (FPE) registered in the State of Georgia to perform and seal all fire suppression and fire alarm plans. Acceptable Documentation: Letter from FPE showing a working relationship with a copy of their professional seal. Working relationship is defined by the completion of at least three projects within the last five years. The AE must document this relationship within the respective letter. - At least Nicet Level III certification for fire suppression and/or alarm installation. Nicet Level IV certification for fire suppression and/or alarm design. Acceptable Documentation: Provide copies of certificates indicating current certification at or above the levels requested. If this service is being supplied by a subcontractor, provide certificate as requested above, as well as a letter showing three projects worked with the prime contractor within the last five years. - Class II Electrician licensed in the State of Georgia, or equivalent license in a State with reciprocity with Georgia. Acceptable Documentation: Provide copies of at least one license indicating current certification at the level requested. If this service is being supplied by a subcontractor, provide license as requested to prove a working professional relationship. - Class II HVAC Technician licensed in the State of Georgia, or equivalent license in a State with reciprocity with Georgia. Acceptable Documentation: Provide copies of at least one license indicating current certification at the level requested. If this service is being supplied by a subcontractor, provide license as requested to prove a working professional relationship.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b89b717d408249cd9a2ed65c80fdc428/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN06807702-F 20230827/230825230103 (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 |