Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
MODIFICATION

Z -- Roof Indefinite Delivery Indefinate Quantity (IDIQ) - Amendment 1

Notice Date
4/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-10-R-0012
 
Point of Contact
RYAN D. BUENO, Phone: 2106711726, JACKIE L. MURRAY, Phone: 2106711728
 
E-Mail Address
Ryan.bueno.1@us.af.mil, jackie.murray@us.af.mil
(Ryan.bueno.1@us.af.mil, jackie.murray@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Informational Map Work consists of providing all labor, transportation, equipment, materials, and tools necessary to plan, manage, and complete the Repair/Construction of Roofs Basewide at Lackland AFB, TX. This will be an SBA 8(a) competitive, firm-fixed price (FFP), indefinite-delivery, indefinite quantity (IDIQ), single contract award (acquisition). Contractor shall be responsible to perform various roofing work at Lackland AFB, Lackland Training Annex, Kelly Field Annex, Wilford Hall Medical Center, and Air Base Ground Defense at Camp Bullis, San Antonio, TX. The work involved includes but is not limited Repairs: Remove and dispose of existing roofing and related sheet metal work and carpentry items; i.e. mineral surfaced edge roll roofing, mineral surface asphalt strip shingle roofing, built-up roofing (BUR), insulation metal roofing. Replace roofing systems with the same types of roofing as applicable or as designated. Install new standing seam metal roof, low slope metal roofs, simulated tile metal roof or BURS. Include related roof insulation material as designated. Replace deteriorated decking, steel roof deck, and metalwork items Replace wood fascia, and other items of carpentry work in conjunction with roofing system. Replace flashing, roof penetrations, pipe penetrations and all work incidental thereto. Types of facilities: 10-story hospital buildings (requiring very high lift equipment); facilities abutting to active runways and aprons; multi-story and single story buildings in secured perimeters requiring security escorts at all times and controlled vehicle entry. During the contract period of performance, the Base Civil Engineer may identify construction tasks and the Base Contracting Office will issue individual task orders to the Contractor to complete the tasking. Period of Performance and Magnitude: The magnitude for this requirement is between $1,000,000.00 and $10,000,000.00. The period of performance is one (1) base year (365 calendar days), with four (4) option year periods consisting of one (1) year each. The contract total ceiling is not to exceed $10,000,000.00. The guaranteed minimum is $5,000.00 for the life of the contract. The minimum amount per task order is $1,000.00; the maximum amount per task order is $1,000,000.00. Modified: GEOGRAPHICAL RESTRICTION: For this procurement it has been determined that competition will be limited to 8(a) construction firms located within the geographical area serviced by the Small Business Administration (SBA) San Antonio District Office, and other 8(a) construction firms with a bona fide place of business within the SBA San Antonio District Office geographical area. Through market research sufficient 8(a) construction firms are available in this geographical area. (See informational map.) The assigned North American Industry Classification System (NAICS) code. The applicable NAICS code for this acquisition is 238160 (Roofing Contractors) with a small business size standard of $14,000,000.00. All other 8(a) BD Participants are deemed ineligible to submit offers. Modified: The selected contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government after determining acceptability of offers. Past performance is significantly more important than price. Past performance must be both recent and relevant. It is anticipated the solicitation will be issued electronically on or about 11-17 May 2010 on the Federal Business Opportunities (FBO) web site at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe.), and / or AutoCAD. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. Evidence of bonding capability must be submitted with the offeror's proposal in response to the solicitation. Primary POC is Mr. Ryan Bueno, Contract Specialist at (210) 671-1726; email; ryan.bueno.1@us.af.mil or Mr. Jack Murray, Contracting Officer at (210) 671-1728; email: Jackie.murray@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-10-R-0012/listing.html)
 
Place of Performance
Address: 1655 Selfridge Ave Bldg. 5450, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02128980-W 20100423/100421235600-1bbe3e2d02ff3cbb6e4d06b56f397854 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.