Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
MODIFICATION

Y -- Multiple Award Construction Contract

Notice Date
4/6/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd Contracting Squadron, 110 West ENT, Fairchild AFB, WA, 99011-8568
 
ZIP Code
99011-8568
 
Solicitation Number
FA4620-05-R-B001
 
Response Due
2/11/2005
 
Archive Date
6/1/2006
 
Point of Contact
Kathy Snell, Contracting Specalist, Phone 509-247-2620, Fax 509-247-8685,
 
E-Mail Address
kathy.snell@fairchild.af.mil
 
Description
The 92d Contracting Squadron will be soliciting for a Multiple Award Construction Contract (MACC). This acquisition is a competitive Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) at Fairchild AFB WA and McChord AFB WA to provide construction services. The MACC will provide a vehicle for execution of a broad range of maintenance, repair and minor construction performed under a design build or a build process. Work to be performed under the MACC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 Construction, Subsection 236 Construction of Buildings size standard $31M, Subsection 237 Heavy and Civil Engineering Construction, size standard $31M, and Subsection 238 Specialty Trade Contractors, size standard $13M. Contractors will be expected to accomplish a wide variety of individual construction projects, including design/build, for build for 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 $500,000 - $10M. The program value for the total of contract awards is Not-to-Exceed $95M over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. The government anticipates an award of up to six (6) contracts with up to two (2) awards reserved for Service Disabled Veterans, HUBZone, or 8a business concerns. The evaluation will be performed in two separate phases. The first phase of the evaluation process will be performed on those offers received from Service Disabled Veterans, HUBZone, or 8a business concerns. Within the first phase up to two selections for award may be made if two successful proposals are received. The second phase of the evaluation will consider all offers, including offers who did not receive an award in the first phase of the evaluation. Within the second phase of the evaluation up to four selections for award may be made if successful offers are received. In no way is the Government required to award a minimum number contracts. The government will evaluate offers utilizing the best value, source selection procedures described in FAR Part 15.3, DFAR Part 15.3, AFFAR 15.3 and AFFARS Mandatory Procedures 5315.3. The Request for Proposal (RFP) will include a demonstration project that will be used to rate offerors technical capabilities. Funds may or may not be available contingent on Normal Straddle Authority provisions. The offeror's proposal must convey to the Government that the offeror is capable, possesses sufficient technical expertise and experience, possesses sufficient resources, and is able to plan, organize, and use those resources in a coordinated and timely fashion such that the technical requirements shall be achieved and costs shall be controlled. Each offeror's proposal will be evaluated against the following four Factors: Mission Capability, Proposal Risk, Past Performance, and Cost/Price. The Mission Capability, Proposal Risk, and Past Performance Factors will be afforded primary emphasis in the evaluation. Cost/Price will contribute substantially to the selection decision. All successful contract awardees are guaranteed a minimum of $2,500 that will be met by award of a task order with each basic contract award to each successful offeror for the contractor?s participation in an orientation seminar at Fairchild AFB. Future individual requirements will be competed among the awardees in accordance with the solicitation and contract provisions. This pre-solicitation notice does not constitute a solicitation and is not to be considered as a commitment by the Government. The solicitation will be available in electronic format only. The RFP will be posted on the website at http://www.fedbizopps.gov/ on or about 7 June 2006. No hard copies will be provided. It is the contractors responsibility to check the website for any and all amendments to this solicitation. Prospective contractors must be registered in the Central Contractor Registration (CCR) database before award of a government contract; failure to register in the CCR database will cause your firm to be ineligible for award.
 
Place of Performance
Address: Fairchild AFB, WA
Zip Code: 99011-9403
 
Record
SN01022212-W 20060408/060406220925 (fbodaily.com)
 
Source
FedBizOpps 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.