Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2007 FBO #1889
MODIFICATION

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

Notice Date
9/20/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-R-0004
 
Response Due
9/26/2006
 
Archive Date
3/2/2007
 
Point of Contact
Kevin Parks, Contracting Officer, Phone 937-522-4613, Fax 937-257-2825,
 
E-Mail Address
kevin.parks@wpafb.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
SIMPLIFIED ACQUISTION OF BASE ENGINEERING REQUIREMENTS (SABER) Reserved Solicitation Number FA8601-06-R-0004 UPDATE (1 NOV 05): The sources sought packages submitted are being reviewed. A determination will be made as to whether this acquisition will be a set-aside or full and open competition based on these packages and other factors. The Government's intent will be posted on the website in the near future. The Air Force is seeking sources for a potential 100% set-aside for 8(a), HUBZone, or Service Disabled Veteran Owned small business concerns. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. This is a sources sought notice for planning purposes only. This search is restricted to Region IV (Georgia, Tennessee, Alabama, Mississippi, Florida, South Carolina, Kentucky, Arkansas) and Region V (Indiana, Illinois, Wisconsin, Michigan, Ohio, Minnesota). The Simplified Acquisition of Base Engineering Requirements (SABER) Contract, at Wright-Patterson AFB, OH, will be a firm-fixed price indefinite delivery/indefinite quantity (IDIQ) type for estimating and construction efforts. NAICS Code 236220, Size Standard $28.5 million. The period of performance includes a base year, FY07, plus 4 option years, FY08 through FY11. The estimated price range is More Than $10,000,000 PER YEAR. The successful contractor will be required to furnish all materials, equipment, and personnel necessary to design, manage, and accomplish individual projects under the purview of Wright-Patterson AFB, OH. During the contract period, Base Civil Engineering will identify construction tasks and the Contracting Office will negotiate and issue individual delivery orders to the Contractor to complete them. Projects will be in support of real property maintenance, repair, alteration, and/or new construction. The work involved may include, but is not limited to minimal design (35%), carpentry, concrete, excavating, interior, electrical, steam fitting, plumbing, sheet metal, painting, demolition, masonry, and welding. This is a follow-on effort to the current contract, F33601-01-D-W005. Required contractor expertise includes a Contract Manager, Environmental Manager, Design Manager, Quality Assurance Evaluator, and Project Manager.Prime Contractors shall be capable of securing bonding in the amount of at least $2,000,000 and potentially as much as $5,000,000. In accordance with DFARS 252.204-7004, contractors must be registered in the Central Contractor Registration (CCR) prior to award of solicitations issued after 31 May 1998. Registration may be accomplished at http://www.ccr.gov, or telephone at 1-888-CCR-2423. Every solicitation issued after 31 May 1998 must include the clause at DFARS 252.204-7004, "Required Central Contractor Registration.” Prime Contractors who qualify per above and intend to submit a proposal for the solicitation (when issued) Must submit the following by 28 Oct 05 (3:00 PM Eastern Standard Time): (1) A positive statement of your intention to submit a proposal for the solicitation as a Prime Contractor; (2) The date of 8(a)/HUBZone/SDVO small business certification; (3) A listing of work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with phone numbers; (4) Evidence of capability to be bonded for bid, performance, and payment bonds; (5) If you are considering a joint venture, you will need to provide proof that this consideration has been forwarded to the appropriate Small Business Administration (SBA) office for approval. Contractors interested shall provide 2 copies of the above documentation. All of the above shall be submitted in sufficient detail for a decision to be made based on the criteria previously mentioned. Responses shall be limited to 5 pages. Failure to submit all information requested shall result in a contractor being cons NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-JAN-2007, 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/AFMC/ASC/FA8601-06-R-0004/listing.html)
 
Place of Performance
Address: 1940 Allbrook Dr, Ste 3 Wright-Patterson AFB, OH
Zip Code: 45433-5309
 
Record
SN01220500-F 20070128/070126224033 (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.