Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
MODIFICATION

Z -- MACC - Eielson AFB, AK

Notice Date
5/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 354 Broadway St, Unit 5B, Eielson AFB, Alaska, 99702-1887
 
ZIP Code
99702-1887
 
Solicitation Number
FA5004-10-R-C003
 
Archive Date
6/3/2010
 
Point of Contact
Mark A Chranowski, Phone: 907-377-0108, Jonathan D Dittmer, Phone: 907-377-5444
 
E-Mail Address
mark.chranowski@eielson.af.mil, jonathan.dittmer@eielson.af.mil
(mark.chranowski@eielson.af.mil, jonathan.dittmer@eielson.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
******Notice to all interested parties***** At this time this solicitation has been post poned indefinately. No further information is available at this time. The 354th Contracting Squadron will be soliciting a 100%, competitive Multiple Award Construction Contract (MACC) to provide indefinite delivery/indefinite quantity and design-build construction efforts to support the 354th CES mission at Eielson AFB, Alaska. The contract will be comprised of three base contracts to be awarded competively. Individual task(s) order(s) work will consist of multiple disciplines in general construction categories and execute a broad range of maintenance, repair, minor and/or new construction. Task order limits will be a minimum of $2,000 per call and a maximum of $3,000,000.00 per call. The contractor shall provide all material, equipment, labor and general conditions to accomplish design, maintenance, repair, and minor construction projects in an expeditious manner. The maximum for each of the contracts is $10 million per year. The total maximum value of the contract for all three contractors for all three years is $90 million. Each contract awarded will contain a basic 12-month period and two 12-month option periods. There is a guaranteed minimum of $100k for each awardee. Work to be performed under the MACC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 - Construction; Subsection 236 - Construction of Buildings with a size standard $33.5 Million; Subsector 237 - Heavy Construction with a size standard $13 Million (except dredging and surface cleanup activities) and Subsector 238 - Specialty Trade Contractors - Size standard $14 Million. The work may include facility upgrades, utility work, airfield pavement, roads, roofs and other assorted repair and maintenance projects. The construction work includes tasks in various trades such as carpentry, asbestos/lead-based paint abatement and removal, demolition, mechanical, electrical, plumbing, concrete, masonry, steel, painting, roofing and paving, locations of work will be at Eielson AFB, AK and may include Clear AS, Air Force Recreational site at Birch Lake, or in any of the various exercise and bomb ranges in interior Alaska (the PACIFIC Alaska Range Complex, or PARC). Offers are solicited only from business concerns who are current in the Central Contractor Registration (CCR), and North American Industry Classification System (NAICS) Code under 236220 must specifically be included in the Offerors approved business plan. A Request for Proposal (RFP) is contemplated utilizing best value source selection procedures described in Federal Acquisition Regulation (FAR) 15.3, Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315.3, and AFFARS Mandatory Procedures 5315.3, targeted toward competitive offerors with a 30-day response time (offers due 30 days after issuing). In using this approach, the Government seeks to award up to three (3) contracts (three Hub Zone certified business concerns), who give the Air Force the greatest confidence that they can meet our requirements for up to 100% design and construction expertise on infrastructure renovation, repair, new construction, roads, and/or airfield work. The solicitation will include a design/build seed project that will be used to evaluate these capabilities. The magnitude of the seed project is between $500,000 and $1,000,000. The seed projects general description is as follows: The intent of project is to completely renovate the Army Lift Station, Building 2212, during which time the awardee shall provide interim grinding and pumping of sewerage to the Eielson Waste Water Treatment Plant. The Air Force requires a complete and functional design and renovation of this lift station, appropriate for the sub-arctic environment of interior Alaska and that meet all applicable current requirements of all applicable codes. The lift station was originally constructed in 1953 with new equipment installed in 1991. The Army lift station has become outdated and has reached the conclusion of its expected normal duty life. Maintenance issues are becoming more frequent and failure of existing equipment is unacceptable. The offeror's proposal must convey to the Government that the offeror is capable, possess sufficient technical expertise and experience, possess sufficient resources, and is able to plan, organize, and use those resources in a coordinated and timely fashion such that the technical requirements shall be achieved and costs shall be controlled. Up to three (3) highest rated offerors from the source selection will receive basic contract award. Evaluation factors will be defined in the RFP. The highest rated offeror will be awarded the seed project. All future task orders will be competed among contract awardees. The solicitation will be available in electronic format only. The RFP will be posted on the website at http://www.fbo.gov/ on or about 17 Mar 2009 and close on or about 30 calendar days thereafter. No hard copies will be provided. It is the contractor's responsibility to check the website for any and all amendments to this solicitation. 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 may cause your firm to be ineligible for award. A site visit will be conducted at Eielson AFB, on or around 24 March 2010 (exact date, time and location will be provided in the RFP), for the purpose of explaining the concepts involved with the project and answering questions regarding the project and solicitation. Any questions must be submitted in writing, please send them by e-mail to both SrA Mark A. Chranowski, mark.chranowski@eielson.af.mil (907-377-0108) and Mr. Jonathan Dittmer, johnathan.dittmer@eielson.af.mil. (907-377-5444). QUESTIONS WILL NOT BE TAKEN BY PHONE CALL. ***** NOTICE TO ALL INTERESTED PARTIES***** This solicitation has been postponed until further notice. No further information is available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-10-R-C003/listing.html)
 
Place of Performance
Address: 354th Contracting Squadron, Attn: Mark Chranowski, 354 Broadway St Unit 5B, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN02153607-W 20100521/100519234446-1bd12f555c544a6a393eb75beb6b6b5a (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.