Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOLICITATION NOTICE

Z -- Infrastructure A, Industrial, Repair Sewer/Water/Storm Systems at Hickam AFB, Bellows AFS, and Palehua Solar Observatory Research Site (SORS), Hawaii

Notice Date
5/14/2008
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-08-R-0019
 
Point of Contact
Paul S. Cunanan,, Phone: (808) 448-2922, Caroline K. Ponce,, Phone: (808) 448-2919
 
E-Mail Address
paul.cunanan@hickam.af.mil, caroline.ponce@hickam.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
The Government intends to solicit an Indefinite Delivery Indefinite Quantity (IDIQ) with a performance period of 12-month for the basic contract period and four 12-month option years Infrastructure A, Industrial, Repair Sewer/Water/Storm Systems at Hickam AFB, Bellows AFS, and Palehua Solar Observatory Research Site (SORS), Hawaii. The principal features of this project shall include but not limited to repair existing sewer/water/storm drain line systems or to install new sewer/water/storm systems on Hickam Air Force Base, Bellows Air Force Station, or Palehua Solar Observatory Research Site, Hawaii. The work areas are: all base sewer, water, and storm utility systems, which include all pipes, manholes, valves, and fire hydrants. The work items include, but not limited to: pipe replacing, manhole replacing, fire hydrant replacing, new valves and valve boxes, asphalt paving, replace concrete curbs and gutters, replace concrete sidewalks, pavement markings, base course and subbase work, and others. The contract will include a wide variety of repair/replace/install sewer/water/storm systems tasks as listed in the Unit Price List, which will be further priced with the Contractor's coefficient. The total guaranteed minimum amount of $5,000 would apply only to the basic contract period. The maximum amount for the life of the contract is $5,000,000 for five years. The government contemplates in making a single award. Geographic restrictions of this requirement: Competition will be limited to 8(a) firms certified for participation in the 8(a) Program who are serviced by the Hawaii District Office (HDO), and who submit evidence of bonding in the amount prescribed. Note that 8(a) firms that are not serviced by the HDO, but have a bona fide place of business (as defined by SBA) within the geographic area served by the HDO are also eligible to submit offers. An 8(a) firm not serviced by the HDO must consult its servicing District Office regarding the establishment of a bona fide place of business or status of a previously established bona fide place of business. All other firms are deemed ineligible to submit offers. This will be a best value acquisition using Performance Price Tradeoff (PPT) source selection approach. A tradeoff process is appropriate when it may be in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. Evaluation factors that will affect contract award and their relative importance will be stated in the solicitation. The NAICS Code for this project is 237110. It is estimated that the solicitation for this project will be issued electronically on or about first /middle of Jul 2008 (subject to change) on the Government's Electronic Posting System (EPS) at www.fbo.gov. You must register on that site in order to receive notification of changes to the solicitation. The government will not provide copies of the solicitation, specifications, drawings, etc. Requests for solicitations by telephone or e-mail will not be honored. All prospective eligible Contractors must be registered in the Central Contractor Registration (CCR) at www.ccr.gov in order to be eligible for award. Registration requires applicants to have DUNS number from Dunn & Bradstreet. Recommend registering immediately in order to be eligible for timely award. The Pre-Proposal Conference and closing date and time for submission of offers will be contained in the solicitation package. This notice does not obligate the Government to award a contract, it does not restrict the Government in its ultimate acquisition approach, and nor does it obligate the Government to pay for any proposal preparation costs.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ca93c97c5db3593bda8e7d6e217a30f3&tab=core&_cview=1)
 
Place of Performance
Address: Hickam AFB, Bellows AFS, and Palehua Solar Observatory Research Site (SORS), Hickam AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01572588-W 20080516/080514215432-ca93c97c5db3593bda8e7d6e217a30f3 (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.