Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2002 FBO #0175
SOLICITATION NOTICE

Z -- Multiple Award IDIQ Task Order Construction Contract

Notice Date
5/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
F41685-02-R0002
 
Response Due
6/10/2002
 
Point of Contact
David Hancock, Contracting Specialist, Phone 830-298-5744, Fax 830-298-4178, - Chris Trujillo, Contracting Specialist, Phone 830-298-5280, Fax 830-298-4178,
 
E-Mail Address
david.hancock@laughlin.af.mil, chris.trujillo@laughlin.af.mil
 
Description
The proposed acquisition is for an indefinite delivery indefinite quantity (IDIQ) contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written Task Orders to the Contractor. Award of Task Orders will be based on a firm fixed price basis. The Multiple Award Task Order Contract (MTOC) will include work in a variety of disciplines to include but not limited to: Architectural (Design/Build for new construction, renovation, interior alteration and renovations, exterior upgrades and renovations and roof replacements and repairs), Civil (Airfield pavements to include both rigid and flexible pavements, base pavements to include both flexible and rigid pavement (streets, curbs, sidewalks, retaining walls etc.), storm water control and drainage systems, sanitary sewer system repair and installation, natural gas repair and installation, water distribution system repair and installation, concrete installations, structural repair and installations to include concrete, masonry and steel and traffic control systems), Mechanical (HVAC repair and installation, plumbing systems, compressed air systems, thermal protection, exhaust systems, cranes and material handling systems, aircraft retrieval systems and fire protection systems), Electrical (airfield lighting, interior lighting, exterior lighting, security systems, electrical distribution systems, fire detections systems and lightning protection systems), hazardous abatement removal and testing and design-build services. The performance area is Laughlin AFB located in Del Rio, Texas and Goodfellow AFB located in San Angelo, Texas. We anticipate awarding up to four indefinite delivery indefinite quantity contracts with an eighteen month base period and one option period of forty two months. Two contracts will be set-aside for restricted competition among small business concerns in the following order of precedence. 1) HUBZone & 8(a) certified, 2) other 8(a) certified, and 3) HUBZone certified concerns. The remaining two contracts will be awarded on an unrestricted basis. Each contract awarded will have a minimum guarantee of $10,000. The maximum of $60 million will be for all contracts combined. The minimum and maximum amounts established are for the life of the contract. The NAICS code is 233320 and size standard of $28.5 million. The basic contract period will be for 18 months beginning upon the simultaneous award of each respective contract. The proposed contract will contain a basic contract period of 18 months plus one 42-month option for a total maximum duration of 60 months, or lifetime value of $60 million, whichever occurs first. We anticipate awarding up to four indefinite delivery indefinite quantity contracts. Each contract awarded will have a minimum guarantee of $10,000. The minimum amount established is for the life of the contract. The Government makes no representation as to the number of Task Orders or actual amount of work to be ordered in excess of the minimum guarantees specified herein. A draft RFP will be posted on 24 May 02 for industry review and comments to be submitted no later than 10 Jun 02. Tentative date for issuance of actual solicitation is 28 Jun 02. Please pay particular attention to Executive Summary Document posted with draft RFP.
 
Place of Performance
Address: Laughlin AFB TX 78843-5102, Goodfellow AFB TX 76908-4122
Country: USA
 
Record
SN00082983-W 20020526/020524213148 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.