Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2007 FBO #1899
SOURCES SOUGHT

Z -- Minor Construction, Multiple Award Contract

Notice Date
2/5/2007
 
Notice Type
Sources Sought
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA462007RB001
 
Response Due
2/15/2007
 
Archive Date
3/2/2007
 
Small Business Set-Aside
8a Competitive
 
Description
Sources Sought: The 92nd Contracting Squadron is issuing this announcement to identify potential sources who would be interested in performing on an Indefinite Delivery /Indefinite Quantity (IDIQ), Design/Build, Minor Construction Multiple Award Contract (MCMAC) at Fairchild AFB WA 99011-8568. The MCMAC provides a vehicle for execution of a broad range of maintenance, repair and minor construction performed under a design build or just build process. Work to be performed under the MCMAC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 Construction, Subsection 236 Construction of Buildings size standard $31 Million, Subsection 237 Heavy and Civil Engineering Construction, size standard $31 Million, and Subsection 238 Specialty Trade Contractors, Size standard $13 Million. Contractors will be expected to accomplish a wide variety of individual construction projects, including design/build (ranging from concept up to 100% level of effort), 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 estimated $2,000 - $650,000. The program value is Not-to-Exceed $20,000,000 over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. Any subsequent Request for Proposal (RFP) will include three seed projects that will be used to rate offerors capabilities to determine basic contract awardees. The top three highest rated awardees will each receive one of the seed projects. The government will compete future individual requirements among the awardees. The government anticipates an award of up to three (3) contracts. The government will evaluate offers utilizing the best value source selection procedures described in the Federal Acquisition Regulation (FAR Part 15.3) and Air Force Federal Acquisition Regulation Supplement (AFFARS 5315.3). This acquisition is being considered as an Small Business Administration, 8(a), set-aside. Offerors should also identify if they are "Historically Underutilized Business Zone" Program (HUBZone) participants. If your firm is 8(a) or 8(a) HUBZone certified and intends to propose on this acquisition, then submit capability information to the Contracting Officer not later than ten (10) days after the publication of this notice: (a) SBA Certification of 8(a) and HUBZone eligibility; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of recent (within three (3) years), relevant (multiple trade, multiple task order) experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers and a statement as to why the project is relevant, and; (d) financial and bonding capabilities to execute projects ranging from $2,000 to $650,000, (e) financial capability to execute projects from $2,000 to $650,000 (f) project management capabilities, (g) capability to execute Design Build Projects from concept through construction to include partnerships. This sources sought notice if for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. The Contracting Officers determination will be made for the above set-asides from the information received from the qualified sources submitted from this request. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. Interested parties responding to this notice need to provide their business type as identified above. The solicitation is expected to be electronically posted on or around 5 August 2007. 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. Current Point of Contact Richard Hedrick, Contract Specialist, Phone 509-247-5767, Fax 509-247-8685, Email richard.hedrick@fairchild.af.mil
 
Place of Performance
Address: 92nd Contracting Squadron, 110 W. Ent St., Fairchild AFB, WA,
Zip Code: 99011-8568
Country: UNITED STATES
 
Record
SN01225942-W 20070207/070205222654 (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.