Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2004 FBO #0963
SOURCES SOUGHT

Y -- Design-Build Task Order Construction Projects

Notice Date
5/13/2004
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-04-R-1003
 
Response Due
5/28/2004
 
Point of Contact
Robert Heinrich, Contract Officer, Phone 719-567-3442, Fax 719-567-3438, - Randy Thornton, Assistant Flight Chief, Phone 719-567-3825, Fax 719-567-3809,
 
E-Mail Address
robert.heinrich@schriever.af.nil, randy.thornton@schriever.af.mil
 
Description
(This is a Sources Sought Announcement only! No solicitation is being issued at this time. For reference purposes, the solicitation, if and when issued, will be numbered FA2550-04-R-1003. While the action being advertised is likely to occur, the amount of information available for publication at this time is limited. The solicitation, if and when issued, will be a Request for Proposal (RFP).) This Sources Sought Announcement is for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Synopsis does not restrict the government to a particular acquisition approach. It is a market research tool being utilized to determine the availability and adequacy of potential sources before issuing a RFP. Any information submitted by respondents to this synopsis is strictly voluntary. The government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable government regulations. All documentation shall become the property of the government. The government will not pay for any information that is submitted in response to this sources sought request. This synopsis should not be construed as commitment by the government, nor is it for any other purpose other than market research. The results of market research will determine whether any kind of set aside will be used. The 50th Contracting Squadron at Schriever AFB, CO., seeks potential sources capable of accomplishing Design-Build Construction Task Order (TO) Projects at Schriever AFB, CO; Peterson AFB, CO; and at Fort Carson, CO. The government anticipates the award of either a single or multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build type contract(s). The government intends to award these contract(s) utilizing competitive best value price/past performance tradeoff method of selection. It is anticipated that the contract performance period will be a base period of one year and four one-year option periods, exercised at the unilateral right of the government. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing on FedBizOps (FBO) at http://www1.eps.gov/spg/index.html . It is incumbent upon interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central Contractor Registration, lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. The 50th Contracting Squadron at Schriever AFB, CO requests that potential interested sources respond to this notice no later than 28 May 2004. Respondents are requested to submit a statement of capability outlining past work that is strongly related to the requirements listed in this synopsis. Identify the number of management and technical personnel within your company available for contract efforts as well as your company's ability to recruit and retain qualified personnel in both the technical and management environments. Indicate your ability to obtain and maintain Department of Defense security clearances for personnel as required. Identify any contracts held with the government, to include place and period of performance. The government requests interested parties submit a brief description of their company’s business size, business status (i.e., small business, disadvantaged, HUBzone, woman-owned), anticipated teaming arrangements, and a description of similar service offered to the government and to commercial customers. If these services are available on GSA schedules, please indicate the schedule number and the GSA contract number in your response. If possible, provide a copy of the GSA contract. Include contract magnitude, program management, technical complexity, workforce management and longevity, teaming arrangements and points of contact for each example provided, including the name of the point of contact (POC), address, e-mail, telephone number, fax number, and the company’s web page if applicable. Please limit your response to not more than 15 single-sided pages. Each submission should include one electronic (virus scanned) copy in Microsoft Word either by e-mail, floppy disk or CD. A paper copy is optional. Contractors who believe they possess the expertise and experience for this requirement shall submit technical capabilities in writing to: Mr. Robert F. Heinrich or MSGT Randy Thornton, 50 CONS/LGCA, 210 Falcon Parkway, Suite 2116, Schriever AFB, CO 80912-2116, or electronically to robert.heinrich@schriever.af.mil or randy.thornton@schriever.af.mil. Telephone inquiries or responses are not acceptable. PRELIMINARY STATEMENT OF WORK: After award of the basic contract(s) any of three contracting offices (i.e. Schriever AFB, CO; Peterson AFB, CO; and at Fort Carson, CO) may place orders for Design-Build Task Orders. These orders will be competed between contract holders, using a simplified proposal request. Each contractor will be required to furnish the Contracting Officer, a description of the Design-Build work which their company will perform with their own organization, the percentage of the total work this represents, and the estimated cost/price thereof. RFPs will require the contractor to submit proposals for a variety of construction projects including those that will require Design-Build projects. Such projects may include the construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures. The purpose of this sources sought synopsis is to identify potential sources that can accomplish Design-Build Construction Projects. Potential sources shall be capable of proposing to and executing Multiple Design-Build Task Order Projects, at any of the three locations Simultaneously, i.e., Schriever AFB, CO; Peterson AFB, CO; and at Fort Carson, CO. GOVERNMENT FURNISHED EQUIPMENT, PROPERTY AND/OR DATA: NONE PROVIDED, unless negotiated on individual task orders. SECURITY REQUIREMENTS: Some personnel may require Secret Security Clearances in order to obtain Security Badges. AFFAR Clause 5352.242-9000 will apply to Peterson AFB and Schriever AFB. PHYSICAL SECURITY REQUIREMENTS: Access to each installation and subsequent Physical Security Requirements will vary between each installation. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JUL-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/50CS/FA2550-04-R-1003/listing.html)
 
Place of Performance
Address: Address: Schriever AFB, CO Postal Code: 80912 Country: United States Address: Peterson AFB, CO Postal Code: 80914 Country: United States Address: Fort Carson, CO Postal Code: 80913 Country: United States
 
Record
SN00621148-F 20040716/040714213552 (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.