Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2002 FBO #0264
MODIFICATION

Z -- Roofing IDIQ Contract at Patrick AFB, FL and 45 SW Facilities

Notice Date
8/21/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
F08650-02-R-0085
 
Response Due
10/17/2002
 
Point of Contact
Amelia Davila, Contract Specialist, Phone (321) 494-9949, Fax (321) 494-6193, - Sheri Brassfield, Contracting Officer, Phone (321) 494-5229, Fax null,
 
E-Mail Address
amelia.davila@patrick.af.mil, sheri.brassfield@patrick.af.mil
 
Description
This synopsis is for a re-solicitation for a construction contract due to a change in contractual requirements and evaluation criteria. **NOTE: Due to the change in requirements, the subsequent solicitation and specifications will be materially different than the previous procurement, F08650-02-R-0050, and should not be used as a guide. This contract includes, but is not limited to, providing all labor, materials, supplies, tools, equipment and transportation necessary to repair, maintain and install roofing on any 45th Space Wing facility but predominantly at Patrick AFB, FL, in accordance with contract drawings and specifications. The work covered under this contract consists of repair, removal and replacement of roofing, flashing, insulation and accessories on various types of roofing to include: (1) asphalt shingles; (2) roofing/clay tiles; (3) metal roofing and wall panels; (4) lightweight concrete roof insulation or concrete repair; (5) masonry restoration and cleaning; (6) built-up roofing and repair (aggregate surfaced); and (7) modified bituminous membrane roofing and repair. The work may also include the removal and disposal of asbestos. The work for this contract falls under the North American Industry Classification Standard (NAICS) code 235610 with a small business size standard of $12,000,000 average annual revenue for the previous three years. The Government intends to award an unrestricted Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type contract with a basic-year period of performance from 1 Dec 02 (or date of award) to 31 Nov 03, with four 1-year option periods starting on 1 Dec of the respective year if the Government chooses to exercise the option period. The guaranteed minimum for the contract, which applies only to the basic year, is $350,000, and the estimated magnitude of construction over the life of the contract is between $1,000,000 and $5,000,000 per the standards listed in AFFARS 5352.236-9500. Award of this contract will be made utilizing the Price-Performance Trade-Off (PPT) technique where past performance and price will be evaluated to make award. The solicitation number, F08650-02-R-0085, will only be issued electronically and can be found on the FedBizOpps Internet website (http://www.fedbizopps.gov/) on or about 16 Sep 02. All questions concerning this RFP must be submitted in writing on or before 7 days prior to the date of proposal submittal. The submittal for relevant past performance will be 3 weeks from the issuance of the solicitation and the actual date will be noted in the solicitation package. **NOTE: The solicitation issuance date is an estimate, not an actual, and the actual can be before or after the stated date. Receipt of proposals will occur app30 days from the date of solicitation issuance, and is currently scheduled for 17 Oct 02. Fax, telephone, written or e-mail requests for the solicitation package will not be honored. [To access the solicitation or installation-specific information, go to the FedBizOpps website, click on FBO for Vendors, scroll down to USAF and click on Air Force Space Command, click on 45 CONS (Bld 423), Patrick AFB, FL., and scroll down to find the solicitation.] Potential offerors are responsible for monitoring the FedBizOpps website for the release of the solicitation package as well as any possible amendments that may occur during the solicitation process. In addition, prospective offerors shall submit the company name, address, phone number, fax number, point of contact, e-mail address, CCR info (DUNS, Cage Code, etc), and business classification (large, small, disadvantaged, 8(a), HUBZone, woman-owned, etc) via e-mail to: amelia.davila@patrick.af.mil with a courtesy copy to sheri.brassfield@patrick.af.mil for inclusion on the unofficial source list. The Contractor must have sufficient bonding capability for the performance and payment bonds in order to be considered for award. Also, in accordance with DFARS 252.204-7004, all Contractors must be registered in the Central Contractor Registration (CCR) database in order to receive the contract award. Information on how to register or access the database can be found at http://www.ccr.dlis.dla.mil. All responsible sources may submit a proposal and shall be considered for award. Also, all drawings posted to the FedBizOpps website for the solicitation will be in SourceView/MaxView format. A free MaxView Reader can be downloaded at http://www.maxview.com/registration/reader_form.cfm. NOTE: the Government reserves the right to cancel this procurement/solicitation either before or after the proposal opening, with no obligation to the offeror by the Government. For questions concerning this procurement, e-mail Amelia Davila at amelia.davila@patrick.af.mil or call at 321-494-9949, or e-mail Sheri Brassfield at sheri.brassfield@patrick.af.mil or call at 321-494-9952.
 
Place of Performance
Address: Patrick Air Force Base and various 45 SW facilities, Florida,
Zip Code: 32925
Country: USA
 
Record
SN00146843-W 20020823/020821213709 (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.