Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

Y -- DeCA STREAMLINED CONSTRUCTION IMPROVEMENT PROGRAM (SCIP II)

Notice Date
4/18/2006
 
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 - DeCA Support, 2250 Foulois Street, Suite 3 Bldg 8400, Lackland AFB, TX, 78236-1007
 
ZIP Code
78236-1007
 
Solicitation Number
FA3002-06-R-0014
 
Response Due
5/9/2006
 
Point of Contact
Johnny Castro, Contracting Officer, Phone 210-671-8407, Fax 210-671-1196, - Alice Allen, Contracting Officer, Phone 210-671-1195, Fax 210-671-1196,
 
E-Mail Address
johnny.castro@randolph.af.mil, alice.allen@randolph.af.mil
 
Description
The Defense Commissary Agency, Design and Construction Division (DECA/CIED) will implement a follow-on Streamlined Construction Improvement Program (SCIP II) to optimize construction delivery of proposed projects in fiscal years (FY) 2007, 2008, 2009, 2010 and 2011. For the purposes of this acquisition, the NAICS Code is 236220. The Business size standard is $31,000,000. The primary tool to implement SCIP II will be award of approximately ten (10) multiple-award, firm, fixed-priced, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The contracts will be awarded in two categories. One category will cover Larger-Valued National Contracts with estimated project values over $7.5 Million and another will cover Lower-Valued National contracts with estimated project values under $7.5 Million. Approximately five contracts will be awarded in each category. The contracts will consist of a three (3) year basic period with two (2) one year options. At this time, the magnitude of the five-year program consists of approximately 20 projects estimated over $7.5 Million and 45 projects estimated at below $7.5 Million. Since the requirements are indefinite, actual program dynamics may increase or decrease the number of projects over the life of the contract; however, the program maximum for all contracts combined shall not exceed $498 Million. The contract scope shall include design/build and traditional design/bid/build construction of new commissary facilities, addition/alteration (ADAL) to existing commissaries, new and ADAL to Central Distribution Centers & Retail Centers (Commissaries & Exchanges), in the United States to include Hawaii and Alaska, and Guam and Puerto Rico, and other commissary locations where permitted by Host Nation agreements. Other alternative methods of project delivery may be utilized after award. The work will consist of providing all facility construction and equipment, including building equipment and operational equipment. Particular emphasis is placed on refrigeration and HVAC systems in these facilities. The abatement of hazardous materials will be a contract requirement on some projects, when such substances are present. Subject acquisition will include a partial 8(a) set-aside for the Lower-Valued National Contracts; the remainder will be solicited unrestricted. The acquisition process consists of a two-phase process as described in the attached document below. Phase One is the submission of information required under this pre-solicitation notice, while Phase Two is the response to the Request for Proposal (RFP). All responsible sources may submit a response to this pre-solicitation notice that shall be considered by the Government. Submit responses to this synopsis and any questions to the Contracting Officer, Mr. Johnny Castro, at Johnny.Castro@Randolph.af.mil not later than 9 May 06. CBD note 26 applies. Points of Contact: Johnny J. Castro, Contracting Officer, Phone 210-671-8407, Fax 210-671-1196, Email: Johnny.Castro@Randolph.af.mil Alice Allen, Contracting Officer, Phone 210-671-1195, Fax 210-671-1196, Email: Alice.Allen@Randolph.af.mil SEE ATTACHED ACQUISITION PROCESS INCLUDED AS MS WORD DOCUMENT. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-APR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-AUG-2006, 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.fbo.gov/spg/USAF/AETC/SCSDeCAS/FA3002-06-R-0014/listing.html)
 
Place of Performance
Address: CONTIGUOUS UNITED STATES INCLUDING ALASKA, HAWAII, PUERTO RICO, AND GUAM.
 
Record
SN01103737-F 20060803/060801222958 (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.