Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

Y -- Scott AFB Multiple Award Construction Contract (MACC)

Notice Date
2/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
FA4407-04-R-0005
 
Point of Contact
Cindy Showers, Contract Specialist, Phone 618-256-9250, Fax 618-256-5237, - Tim Souhrada, Contract Specialist, Phone 618-256-9287, Fax 618-256-6012,
 
E-Mail Address
cindy.showers@scott.af.mil, tim.souhrada@scott.af.mil
 
Description
This project is an Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract (MACC) at Scott AFB IL 62225-5015. The MACC is contract for execution of a broad range of maintenance, repair and minor construction and may include design. Work to be performed under the MACC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 – Construction, Subsection 233 – Building Development and General Contracting – size standard $28.5 Million (except dredging and surface cleanup activities; Subsector 234 – Heavy Construction – size standard $12 Million and Subsector 235 – Special Trade Contractors – Size standard $12 Million. Contractors will be expected to accomplish a wide variety of individual construction tasks, including design/build (ranging from 35% up to 100% level of effort), renovation, additions/upgrades, along with specific work in Heating/Ventilation/Air Conditioning, electrical, mechanical and other major trades. Description of the work will be identified in each individual task order. Individual task orders may range between estimated $500,000 - $3,000,000. The program value is Not-to-Exceed $90,000,000 over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. The government may award as many as eight (8) contracts but anticipates awarding approximately six (6) contracts. The government will evaluate offers and select the awardees utilizing the best value source selection procedures described in the Federal Acquisition Regulation (FAR Part 15.3) and Air Force Federal Acquisition Regulation Supplement (AFFARS 5315.3). In using this best value approach, the government seeks to award to those offerors who give the Air Force the greatest confidence they will best meet our requirements affordably. While the government source selection evaluation team and the source selection authority will strive for maximum objectivity, the source selection process, by its nature, is subjective. This may result in an award being made to higher rated, higher priced offerors where the decision is consistent with the evaluation factors in the RFP and the selection authority reasonably determines that the technical superiority, and/or overall business approach, and/or superior past performance, of higher priced offerors outweighs the cost difference. The RFP will identify a seed project that will be awarded to the highest rated offeror for the first award. All other successful awardees are guaranteed a minimum of $2,500. The government will compete future individual requriements among the awardees. Offerors are encouraged to scrutinize the solicitation carefully when posted for more information. This acquisition is being considered for a partial HUBZone and Section 8(a) set-aside. If your firm is HUBZone certified and intends to propose on this acquisition, you must provide the following information to the Contracting Officer not later than ten (10) days after the publication of this notice: (a) SBA Certification of HUBZone eligibility; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of recent (within three (3) years), relevant (multiple trade, multiple task order) experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers and a statement as to why the project is relevant, and; (d) availability of bonding of at least $15,000,000 (maximum anticipated for each performance period) for this project. The solicitation is expected to be issued on or around 15 March 04. The closing date and time for submission of offers will be contained in the solicitation package. The entire solicitation, including the specifications and drawings, will be made available only on the Electronic Posting System (EPS) Web Site at http://www.eps.gov. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. Potential offerors MUST register at www.eps.gov./ in order to receive notification and/or changes to the solicitation. All contractors MUST be registered in the Central Contractor Registration database or their proposal will not be considered. Contractors can obtain further information on the Central Contractor registration (CCR) at web site http://www.ccr.gov. Prospective offerors who would like their company name included on the Bidders Mailing List (planholder's list) may do so on the fedbizopps website under IVL (Interested Vendor’s List). This notice does not obligate the Government to award a contract or multiple contracts nor does it obligate the Government to pay for any bid/proposal preparation costs. For further opportunities, you may review AF needs at http://www.selltoairforce.org. For other opportunities and information go to the small business administration web site at http://www.sba.gov. or contact our small business specialist Garth.Sanginiti@Scott.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-AUG-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/AMC/375CS/FA4407-04-R-0005/listing.html)
 
Place of Performance
Address: Scott AFB, IL 201 E WINTERS ST BLDG 50 SCOTT AFB IL
Zip Code: 62225-5015
Country: St. Clair
 
Record
SN00654355-F 20040827/040826081828 (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.