Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2003 FBO #0587
SOURCES SOUGHT

Z -- Simplified Acquisition of Base Engineering Requirements, Multi-Base, Multi-Award

Notice Date
1/21/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
F05604-03-R-0005
 
Response Due
2/11/2003
 
Point of Contact
Doug Guldan, Contracting Officer, Phone 719-556-7791, Fax 719-556-9291, - John Rea, Contract Specialist, Phone (719) 556-9292, Fax (719) 556-4752,
 
E-Mail Address
Doug.Guldan@peterson.af.mil, john.rea@peterson.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
The 21st Contracting Squadron, Peterson AFB, CO announces the solicitation of the Simplified Acquisition of Base Engineering Requirements (SABER) services at Peterson AFB, CO, United States Air Force Academy, CO, (to include Fairish Memorial Recreation and Bulls Eye Auxiliary Airfield), Fort Carson, CO (to include Pinion Canyon and Bldg 20,000, Colorado Springs, CO), Buckley AFB, CO, Defense Finance and Accounting Service Center, CO, Schriever AFB, CO and Cheyenne Mountain Air Force Station, CO. The government contemplates soliciting for the award of two separate Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. This acquisition is restricted to SBA Certified 8a Firms located within the SBA Colorado District. Typical delivery orders (DO) will consist of a broad range of maintenance, repair and minor construction work on real property at the locations listed above. Individual, firm-fixed price DOs will be issued using the Facilities Construction Cost Data by RS Means (Unit Price Book) with a coefficient. Significant sub-contracting opportunities can be expected to include a variety of trades: roofing, electrical, plumbing, carpentry, roadwork, painting and masonry. The performance period of these contracts shall consist of one base year, and six individual option years, for a total of seven years. The NAICS for this acquisition is 226230, with a size standard of $28.5M. The government anticipates the issuance of a Draft Request For Proposal (RFP) on 1 May 03 and the release of the final RFP on or about 1 Aug 03. The anticipated award date is 1 Feb 04. Contract award will be based on best value using past-performance-price trade-off procedures. Interested parties should register online and subscribe to receiving procurement announcements related to this solicitation by entering the website at www.fedbizopps.gov. Contract teaming is encouraged as prescribed under the SBA rules for Joint Ventures, Prime Contractor/Sub Contractor arrangements and the SBA or DOD Mentor-Prot?g? Procedures. A soft copy of the firm?s capability statement is requested. The statement should describe any teaming arrangements and reflect relevant past performance history (3-5 years of multi-location/project management, experience with RS Means Pulsar Estimating System). Firms should describe relevant government or commercial contract experience, i.e., cite government or commercial sources. The information requested should not exceed twenty-five total single-sided pages, typed in twelve-pitch font size. Interested parties are requested to submit responses to this Sources Sought Synopsis by COB on 11 Feb 03. There will be no paper copies of this solicitation. All solicitation information may be obtained through the above reference website. Any questions relating to this solicitation must be submitted in writing (e-mail) to the Contracting Officers, MSgt Doug Guldan, doug.guldan@peterson.af.mil, 719 556-7791 and Mr John J. Rea, john.rea@peterson.af.mil, 719 556-9292. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JAN-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 07-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/21CONSb984/F05604-03-R-0005/listing.html)
 
Place of Performance
Address: This contract will be administered by the 21 CONS/LGCAA 580 Goodfellow St, Bldg 1324 Peterson AFB, Colorado. Performance will take place at multiple locations as described in the Sources Sought notice.
Zip Code: 80914
Country: USA
 
Record
SN00365634-F 20030709/030707221310 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.