MODIFICATION
Z -- Bldg 1100 New Windows, Doors, and Exterior Wall Repair
- Notice Date
- 4/3/2024 1:54:55 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA4897 366 FAS PKP MOUNTAIN HOME AFB ID 83648-5296 USA
- ZIP Code
- 83648-5296
- Solicitation Number
- FA489724RC003
- Response Due
- 5/3/2024 11:00:00 AM
- Archive Date
- 05/31/2024
- Point of Contact
- Jeremiah Burns, Phone: 2088283870, Matthew Fox, Phone: 2088281950
- E-Mail Address
-
jeremiah.burns.1@us.af.mil, matthew.fox.19@us.af.mil
(jeremiah.burns.1@us.af.mil, matthew.fox.19@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 3 April 2024 Two-Step Sealed Bid Solicitation Windows, Doors & Paint - Vehicle Maintenance Shop, B1100 Step 1: Request for Technical Proposals FA489724RC003 Pursuant to Federal Acquisition Regulation (FAR) 14.5, this document is a Request for Technical Proposals (RTP), step one of a two-step sealed bid solicitation for the acquisition of updated Windows, Doors & Paint for the Vehicle Maintenance Shop, B1100 on Mountain Home AFB, ID. Required components of technical proposals are outlined in Part III of this document. Offerors should submit technical proposals that are acceptable without additional explanation or information. The Government may make a final determination regarding a proposal�s acceptability solely on the basis of the proposal as submitted. The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals that it considers reasonably susceptible of being made acceptable and may discuss proposals with their offerors. Each offeror may submit multiple technical proposals, though a maximum of one proposal per offeror may be chosen by the Government for step two of the two-step sealed bid process. Offerors are cautioned against submitting multiple technical proposals that have large differences in prices between them, since step two will be awarded on a low bid basis. The Government will forward a notice of unacceptability to an offeror when, upon completion of the proposal evaluation, there is a final determination of unacceptability. This will be done in accordance with the dates outlined in Part I below. In the second step of this two-step sealed bid solicitation process, only those offerors whose technical proposals were determined to be acceptable, either initially, or as a result of discussions, will be considered for award and allowed to place priced bids. Bids in the second step will be evaluated based on price. Each bid in the second step must be based on the bidder�s own technical proposals. This document is organized into the following parts: Part I �� General Information Part II�� Instructions to Offerors Cover Letter Requirements of the technical proposal Site Visit Attendance and Base Access Information Bid guarantee (Step 2) Part III� Evaluation Criteria Part V Attachments Part I�� General Information Description:���������������� ����������� Windows, Doors & Paint - Vehicle Maintenance Shop, B1100 Project Scope:������������������������� The Government is seeking a qualified, experienced, woman-owned small business to replace� Windows, Doors, and Paint at the Vehicle Maintenance Shop, B1100 at Mountain Home AFB, Idaho. This project involves the demolition of existing and installation of new pedestrian doors and windows, as well as repair and finishing of exterior CMU walls in accordance with the Statement of Work. Project Duration:��������������������� 120 calendar days after NTP Magnitude of Construction:������ Between $500,000 and $1,000,000. ����������� Acquisition Method: ��� ����������� Two-Step Sealed Bid Set-Aside Type:����������������������� Women-Owned Small Businesses NAICS:����������������������������������� 236220 Small Business Size Standard:�� $45M Solicitation Number:���� ����������� FA489724RC003 Step-one Issue Date:���������������� 03 April 2024 Site Visit Date:������������������������ 18 April 2024 at 1000 MDT Technical Proposals Due:��������� 03 May 2024 at 1200 MDT Step-two Issue Date:���������������� To be determined after review of technical proposals received in step one. Primary Point of Contact: �������� JEREMIAH L. BURNS, SSgt, USAF ����������������������������������������������� Contracting Officer, 366 Financial Acquisition Squadron ����������������������������������������������� Mountain Home AFB, Idaho ����������������������������������������������� jeremiah.burns.1@us.af.mil Secondary Point of Contact:����� MATTHEW L. FOX, SSgt, USAF ����������������������������������������������� Contract Specialist, 366 Financial Acquisition Squadron ����������������������������������������������� Mountain Home AFB, Idaho ����������������������������������������������� matthew.fox.19@us.af.mil Part II �� Instructions to Offerors Technical proposals must be submitted electronically to the contacts listed above by the technical proposal due date and shall include, at a minimum: 1. Cover letter. Provide an introductory page to include company name, small business type classification (offerors must be certified WOSB registered under NAICS 236220), CAGE Code, SAM UEI Number, points of contact, authorized negotiators, contact phone, and email addresses. Cover letter shall also acknowledge all amendments issued. 2. Written technical proposal. Technical proposals shall include only technical information. Proposals shall not include pricing information or cost breakdowns. The written technical proposal shall be clear, concise, and include all the information in sufficient detail for effective evaluation. The proposal should not simply rephrase or restate the Government�s requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume the Government has no prior knowledge of their capabilities, work processes, facilities, and experience and will base its evaluation on the information presented in the offeror�s technical proposal. 3. Site visit attendance and base access information. A pre-proposal site visit will be held on 18 April 2024 at 1000. Offerors must submit full names, driver�s license numbers, company name, and vehicle type (personal or commercial vehicle) of all attendees to the contracting officer and contract specialist no later than 1200 MDT on 17 April 2024. Personal vehicles will be permitted to enter the main visitor�s gate, but commercial vehicles will be redirected to the commercial vehicle gate. It is important the contracting officer knows what type of vehicle your attendee(s) will be driving so that base access can be properly coordinated. 4. Questions. All questions to this RTP, including questions arising from the contractor site visit, must be submitted to both the contracting officer and contract specialist no later than close of business on 19 April 2024. There is no preferred format or document required to submit questions. 5. Bid guarantee. Offerors who are invited to submit a priced bid during Step 2 of this two-step sealed bidding will be required to furnish a bid guarantee IAW FAR 28.101-1(a). Bid guarantees are not required for the Request for Technical Proposals step of this solicitation. Part III�� Evaluation Criteria This acquisition will be evaluated IAW FAR Part 14. 1. Technical Factor. As used in this context, the word ""technical"" has a broad connotation and includes, among other things, the engineering approach, special manufacturing processes, and special testing techniques. Each offeror�s written technical proposal shall be evaluated to determine if the offeror provides a sound, compliant approach that meets the requirements of the Statement of Work and demonstrates a thorough knowledge and understanding of those requirements and their associated risks. If no risks/mitigations are identified in the offeror�s proposal, it indicates the offeror does not consider there to be any risk associated with their proposed approach. Offerors should submit technical proposals that are acceptable without additional explanation or information. The Government may make a final determination regarding a proposal�s acceptability solely on the basis of the proposal as submitted or may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals that it considers reasonably susceptible of being made acceptable and may discuss proposals with their offerors. Part IV�� �Attachments Attch 1 - SOW-Windows Doors and Paint B1100-QYZH240024 Attch 2 - GENERAL REQUIREMENTS Attch 3 - B1100 Project Specific HBMS MTNW 8883.6 090122 Attch 4 - MH1100-DA-DW-100pct Attch 5 - D-Specs-Final Attch 6 - MH-B1100-DoorsWindows-Final Design Attch 7a - ADAL VEHICLE MAINTENACE SHOP Attch 7b - ADDITION TO TRANSPORTATION REPAIR TRANSPORTATION Attch 7c - AUTO MAINTENANCE SHOP BASE Attch 8 - Wage Determinations - Construction - Building Attch 9 - Provisions and Clauses
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/45a255c8620741b9adba68fa2e1eac8a/view)
- Place of Performance
- Address: Mountain Home AFB, ID 83648, USA
- Zip Code: 83648
- Country: USA
- Zip Code: 83648
- Record
- SN07017948-F 20240405/240403230044 (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 |