Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2005 FBO #1214
MODIFICATION

Z -- Simplified Acquisition of Base Engineering Requirements (SABER)

Notice Date
3/22/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
FA4661-05-R-0014
 
Response Due
4/7/2005
 
Point of Contact
Michael Reed, Contract Administrator, Phone (325)696-1456, Fax (325)696-8676, - Ronald Miller, Chief, Acquisition Flight A, Phone (325) 696-3685, Fax (325) 696-4084,
 
E-Mail Address
michael.reed@dyess.af.mil, ronald.miller@dyess.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
THIS SECOND MODIFICATION NOTICE SUPERSEDES ALL OTHERS FOR PRESOLICITATION NOTICE (RFP No. FA4661-05-R-0014), DATED 14 MAR 2005. This acquisition is an 8(a) competitive set-aside for contractors with a permanent office in Texas for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Simplified Acquisition of Base Engineering Requirements (SABER). This acquisition is being synopsized under North Atlantic International Commerce System (NAICS) Code 236220. All other firms are deemed ineligible to submit offers. Small business size standard is $28,500,000.00. The contract will list a wide variety of individual construction tasks as listed in the PULSAR (MEANS Facilities File). The work requirements to be performed by the contractor consists of, but are not limited to, a broad range of maintenance, repair, minor construction/alteration and renovation work on real property at Dyess Air Force Base, TX. All work shall be in conformance with the requirements of the contract including furnishing all materials, labor, plant, tools, equipment, transportation, supervision, management and other services (including engineering/technical design support), items and incidentals necessary thereto. The work is required in support of the 7th Civil Engineering Squadron, Base Civil Engineering activities. During the contract period, the 7th Civil Engineering Squadron will identify construction tasks required to complete each specific job and Operational Contracting will negotiate and issue individual task orders to the contractor to complete those jobs. The contractor will be provided a lot to maintain a management office on Dyess AFB (the on-site office is optional to the contractor). The contractor will be required to be available every weekday to receive task orders and provide other management services related to accomplishing individual task orders. Individual task orders will vary in size and complexity with the following project magnitudes and number of days associated with contract response: SMALL (Under $50,000/5 Days), MEDIUM ($50,001 to $250,000/10 Days), and LARGE ($250,001 to $750,000/15 Days). The task orders will include a variety of trades, such as carpentry, road repair, roofing, excavation, interior and exterior electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete masonry, and welding. Place of Performance: Dyess Air Force Base, Texas. Period of Performance and Magnitude: The performance period is one (1) base year with four (4) option years. Multiple awards for this requirement will not be made. The estimated contract magnitude is between $10,000,000 and $25,000,000. The guaranteed base year minimum is $200,000. The proposed contract is 100 percent small business set-aside for 8(a) contractors performing in the NAICS Code 236220, Commercial and Institutional Building Construction. Only Section 8(a) firms with a location in Texas that have the NAICS Code 236220, among their approved codes will be considered for award. The Government intends to award on a technically acceptable best value Performance Price Tradeoff basis. The solicitation will be issued via Electronic Posting System (EPS) at http://www.eps.gov. No paper copies of the solicitation, specifications, plans or bidders mailing list will be issued from this office. Telephone requests will not be accepted. You must register on the EPS site in order to receive notification of changes to the solicitation. Prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. The CCR site is http://www.ccr.gov. When the solicitation is downloaded, it is important to read the solicitation COMPLETELY, as there are milestones that MUST be met by the prospective offeror in order for the proposal to be considered responsive. There will be no preannouncement of when the solicitation will be available; however, the issuance date for this solicitation is anticipated to be on or about 7 Apr 05 with a closing date 30 days after issuance. Points of Contact: 1st Lt Michael A. Reed, Contract Administrator, at (325) 696-1456, email (michael.reed@dyess.af.mil), or Ronald G. Miller, Contracting Officer, at (325) 696-3685, email: (ronald.miller@dyess.af.mil).
 
Place of Performance
Address: 381 Third Street, Dyess AFB TX
Zip Code: 79607
Country: USA
 
Record
SN00773210-W 20050324/050322211921 (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.