Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
MODIFICATION

Z -- Simplified Acquisition of Base Engineering Requirements

Notice Date
6/3/2004
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS, 90 G Street, Hickam AFB, HI, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5125-04-R-0014
 
Point of Contact
Scott Tamayo, Contract Specialist, Phone (808) 449-1189, Fax (808) 448-0136, - Caroline Ponce, Chief, LGCA Flight, Phone (808)449-1533, Fax (808)448-0136,
 
E-Mail Address
scott.tamayo@hickam.af.mil, Caroline.Ponce@hickam.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
THIS NOTICE SUPERSEDES PRE-SOLICITAION NOTICE FOR FA5215-04-R-0014, DATED 17 MAY 04. Simplified Acquisition of Base Engineering Requirements (SABER). Work for this acquisition will include, but is not limited to, a broad range of maintenance, repair and minor construction work on real property, such as carpentry, pavement repair, roofing, excavation, high and low electrical voltage, plumbing, sheet metal, painting, concrete, masonry, welding and mechanical systems, at Hickam AFB, Bellow AFS, Wake Island and other Air Force Installations in Hawaii. The work is required in support of Base Civil Engineer activities at Hickam AFB, HI. The contract will include a wide variety of individual construction tasks as listed in the Unit Price Book (RS Means Facilities Construction Cost Data), with exception to Division 1 (General Requirements). Line items under Division 1, General Requirements, will be included in the proposed co-efficient. During the contract period, the Base Civil Engineer will identify each specific construction project and the Base Contracting Office will issue individual delivery orders to the contractor to complete those projects. The contractor will be required to furnish all materials, equipment, and personnel necessary to design, manage and accomplish the project. The contractor must have a local office on island (Oahu) to work SABER requirements. Individual jobs will vary in size with the majority expected to be of a small to medium size. Multiple contracts may be awarded using Best Value selection method, which includes Coefficient and Past Performance. The total performance period for the contract will be 12 months for the basic contract period and four 12-month option periods. The total duration of the contract will be 60 months. The total guaranteed minimum amount of $10,000.00 would apply only to the basic contract period. The maximum annual contract amount will be estimated at $6 million for the basic contract period and each of the four options periods. Geographic restrictions of this requirement, competition will be limited to 8(a) firms certified for participation in the 8(a) Program who are serviced by the Hawaii District Office. Note that 8(a) firms that are not serviced by the Hawaii District Office, but who have a verifiable office and employees located within the geographic area serviced by the Hawaii District Office at the time of this announcement, are also eligible to submit offers. All other firms are deemed ineligible to submit offers. The minimum delivery order limitation is set at $2,000.00 There is no maximum delivery order limitation. The NAICS Code for this project is 236220. It is anticipated that the solicitation for this project will be issued electronically on or about 2 July 2004 on the governments Electronic Posting System (EPS) at www.eps.gov. You must register on that site in order to receive notification of changes to the solicitation. Requests for solicitations by telephone will not be honored. NOTE: All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dunn & Bradstreet. Recommend registering immediately in order to be eligible for timely award. The Pre-Proposal Conference will be scheduled on a date to be determined by the contracting office. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-JUN-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Hickam AFB, Bellow AFS, Wake Island and other Air Force Installations in Hawaii
Zip Code: 96853
Country: United States
 
Record
SN00598741-W 20040606/040606112327 (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.