Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

38 -- SATOC

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-06-R-0001
 
Response Due
8/9/2005
 
Archive Date
8/24/2005
 
Description
RFI 28 July 2005 Note: SOW, attachment #1, will be under a separate posting. This announcement is not a formal solicitation and is not a request for proposals. Any formal solicitation will be announced separately. This RFI is for information and planning purposes only and is not to be construed as a commitment by the Government. Input into the acquisition strategy is encouraged and welcomed. PURPOSE/GENERAL INFORMATION: The Mission Support Flight, AETC CONS (Specialized Contracting Squadron), Randolph AFB, Texas, in support of the Headquarters Air Force Civil Engineer Support Agency (AFCESA), is conducting market research to support acquisition planning for the Sustainment, Restoration, and Modernization (S/R&M) Acquisition Task Order Contract (SATOC) program. The resultant contract will be in support of various locations worldwide. There is no solicitation available at this time. Requests for a solicitation will not receive a response. The Government will not reimburse any concern for any information submitted in response to this request. Participation is voluntary. The due date for responses is 9 Aug 2005. Responses may be submitted via email at susan.gill@randolph.af.mil and martha.giannotti@randolph.af.mil or AETC CONS/LGCK, 2021 First Street West, Randolph AFB TX 78150-4302, marked attention for Susan Gill and Marta Giannotti. In your reply, include a point of contact, phone number, and email address in the event additional information is needed. BACKGROUND. The US Air Force provides global civil engineering support activities through a variety of contract vehicles maintained by AFCESA and its sister field operating agency, the Air Force Center for Environmental Excellence (AFCEE). Current Air Force major contractual programs address environmental restoration, military family housing, contingency, and the military construction program (MILCON). The SATOC represents the primary contract vehicle for AFCESA?s newly formed S/R&M program and primarily supports existing Air Force facilities and infrastructure. The program supports a range of S/R&M efforts with both small (<$100K) and large task orders (>$5M) expected. PROGRAM INFORMATION. The SATOC contractual program will meet AFCESA customer requirements worldwide, including locations in remote, austere, and hostile environments. The acquisition strategy contemplated is awarding multiple Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts with multiple pricing arrangements (i.e. Firm Fixed Price (FFP) and Cost Plus Fixed Fee, (CPFF). The anticipated total program ceiling is $10 billion over a ten-year period. We anticipate awarding a number of contracts under full and open competition procedures, and 8(a) set-aside procedures. The North American Industry Classification System (NAICS) Code for this acquisition is 236220 with an applicable size standard of $28,500,000. We anticipate releasing the RFP on or about 25 Nov 05. The RFP will be issued via the FedBizOps. http://www.EPS.gov At this time, we would greatly appreciate your comments for this acquisition along with a reply to the questions below. 1. Review the statement of work, Atch 1, and provide comments that will improve the quality of this requirements document. 2. What is your degree of relevant experience in providing the full range of delivery methods including design-build, design-build plus, turnkey, traditional, and concept/implementation work plan at both CONUS and OCONUS locations? 3. We anticipate awarding multiple task orders simultaneously, possibly in geographical/diverse locations. Does your company have experience performing on simultaneous multiple task orders/contracts in various locations and conditions? 4. What is the minimum and maximum dollar value project on which your firm would routinely consider submitting a proposal? 5. What is your bonding capacity for construction work? 6. What is your business size? If you are a small business, do you also qualify under any of the sub-categories (small disadvantaged business, 8a, woman owned small business, HUB Zone small business, service disabled veteran owned small business, and HBCU/MI)? 7. Are you interested in this requirement as a Prime Contractor, Joint Venture, or Sub-Contractor. 8. For this type of work, what are your actual percentages and dollars in subcontracting to small business and all-subcategories (small disadvantaged business, 8a, woman owned small business, HUB Zone small business, service disabled veteran owned small business, and HBCU/MI)? 9. What are the most critical criteria that would distinguish one company?s capabilities from another? What criteria do you recommend be used during evaluation? Explain. 10. What are your thoughts on the planned contract length? Can you propose firm fixed price labor rates (excluding wage determination categories) for 10 years? 11. We are planning a Pre-Solicitation Conference late October, early November timeframe at Tyndall AFB, FL. What format do you think would be most beneficial? What topics would you like to hear discussed? How many representatives from your company will attend? 12. What pricing arrangements are currently used in industry for project types described in the statement of work? 13. What incentives are used in industry in performance of these type requirements? 14. If you?ve been involved with previous similar acquisitions, do you have any recommendations to improve the acquisition/source selection process? 15. Is your company willing to work in a hostile environment? 16. Is your company willing to work in austere or remote locations? 17. Do you have additional comments or suggestions? Please submit your comments by referencing each question with your response (Q&A format) via email concerning our proposed strategy. Responses are due NLT 9 Aug 2005. Inquiries will be directed to Susan Gill (210) 652-3424 to susan.gill@randolph.af.mil and Marta Giannotti (210) 652-2490 or martha.giannotti@randolph.af.mil Please note that only the Contracting Officer or the Buyer will provide official information concerning this acquisition. Any information received from other sources should not be relied upon as official acquisition information.
 
Place of Performance
Address: Various worldwide locations
 
Record
SN00856801-W 20050730/050728212205 (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.