Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2002 FBO #0241
SOLICITATION NOTICE

M -- CE/BMS Onizuka Final RFP

Notice Date
10/19/2001
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 300 O'MALLEY AVE., SUITE 49, Schriever AFB, CO, 80912-3049
 
ZIP Code
80912-3049
 
Solicitation Number
FA2550-00-R-0007
 
Response Due
11/26/2001
 
Point of Contact
Karla Weaver, Contracting Specialist, Phone (719)567-4867, Fax (719)567-3153, - Richard Cournoyer, Mr. Richard Cournoyer, Phone (719)567-4090, Fax (719)567-3153,
 
E-Mail Address
karla.weaver@schriever.af.mil, richard.cournoyer@schriever.af.mil
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF THE AIR FORCE 50TH SPACE WING (AFSPC) MEMORANDUM FOR OFFERORS, CIVIL ENGINEERING AND BASE MAINTENANCE SERVICES ACQUISITION (CE/BMS) FROM: 50 CONS/LGCZW 19 Oct 01 300 O Malley Blvd, Suite 49 Schriever Air Force Base CO 80912-3049 SUBJECT: FA2550-00-R-0007, FINAL Request For Proposal (FRFP)POSTED AT WWW.EPS.GOV 1. We invite your organization to submit a proposal that meets the objectives of the RFP for the CE/BMS effort. The scope of this effort is to provide Civil Engineering and Base Maintenance Services (CE/BMS) at Onizuka AFS, CA, as required by Air Force Space Command (AFSPC). This is a Competitive Certified 8A Small Disadvantaged Business Set Aside 2. The acquisition will result in award of a single Firm Fixed Price/Cost-Plus Award Fee (FFP/CPAF) contract. Tentatively, the effort will consist of a 30-day transition period and a basic contract effort of about 3 months. There are seven option periods that are exercisable at the beginning of each subsequent fiscal year. In the event the Government elects to exercise all options, the contract end date will be 30 Sep 09. 3. HQ AFSPC, 50th Space Wing, and Onizuka personnel have been advised that a source selection action is in progress for the CE/BMS effort, and that communication with them by potential offerors regarding the requirements in this RFP are inappropriate prior to award of the contract. All potential offerors are advised not to attempt such communication during this period. All communication must be through the Contracting Officer (CO), or the CO representative. 4. The source selection will be conducted using Performance Price Tradeoff procedures in accordance with AFFARS Part 5315. The Government anticipates awarding the contract to the lowest evaluated price, technically acceptable offeror with at least a satisfactory/confidence assessment rating. However, the Government reserves the right to award a contract to other than the lowest evaluated price, technically acceptable offeror and award to a higher priced, technically acceptable offeror with a better confidence assessment rating. We reserve the right to award a contract without discussions based on the evaluation of initial offers. 6. Please note that Service Contract Act (SCA) and Davis Bacon Act provisions, Collective Bargaining Agreements and Department of Labor Wage Determinations will be included in this contract. The Collective Bargaining Agreements can be found on the Bidders Library CD. 7. A site visit was conducted 24-25 Jul 01. A Preproposal Conference will not be convened. An Industry Day and one-on-one discussions were provided to potential offerors prior to the release of the final RFP in addition to three draft versions of the RFP which were previously issued through the Electronic Posting System (EPS). Responses to questions from Industry regarding these drafts were provided through the EPS. 9. Certain documents cannot be sent as attachments through the EPS. A Bidders Library CD has been set-up to provide maps, wage determinations, Collective Bargaining Agreements and other documentation pertinent to the final RFP. Please refer to section L of the final RFP for information on obtaining the Bidders Library CD. 10. Your past performance submissions are due no later than 3:00 p.m. Pacific Time, 26 Nov 2001 to Laverne Staden at the address reflected in Section L5(d) of the RFP. The remainder of your proposal is due to Laverne Staden on or before 3:00 p.m. Pacific Time, 3 Dec 2001 to the address reflected in Section L5(d) of the RFP. 11. If you have any questions, please contact the undersigned, Ms. Karla Weaver at (719) 567-4867, or Mr. Rick Cournoyer at (719) 567-4090. NOTE: YOUR PROPOSALS MUST REMAIN VALID FOR 180 DAYS FOLLOWING SUBMISSION. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-OCT-2001). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 29-JUL-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/50CS/FA2550-00-R-0007/listing.html)
 
Place of Performance
Address: Onizuka AFS, CA
Zip Code: 94809
Country: USA
 
Record
SN00127907-F 20020731/020729220942 (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.