Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
MODIFICATION

Y -- Multiple Award Construction Contract (MACC) - Amendment 2 - Responses to Questions - Amendment 3

Notice Date
3/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
FA9401-12-R-0002
 
Response Due
4/19/2012 1:00:00 PM
 
Archive Date
5/4/2012
 
Point of Contact
Gilbert L. Martinez, Phone: 5058462921, Debora Scott, Phone: 5058532551
 
E-Mail Address
gilbert.martinez@kirtland.af.mil, debora.scott@kirtland.af.mil
(gilbert.martinez@kirtland.af.mil, debora.scott@kirtland.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Solicitation FA9401-12-R-0002 Amendment 2 - Conformed Copy Responses to Questions Solicitation FA9401-12-R-0002 Amendment 2 General Information Document Type: Solicitation Notice Solicitation Number: FA9401-12-R-0002 Classification Code: Y - Construction of Structures and facilities Set Aside: Competitive 8(a) Set-Aside NAICS Code: 236220 - Commercial and Institutional Building Construction Contracting Office Address AFNWC/PKO 2000 Wyoming Blvd SE, Bldg. 20604 Kirtland AFB, NM 87117 Description The AFNWC/PKOD is soliciting a Competitive 8(a) Set-Aside, Firm Fixed Price Multiple Award Construction Contract (MACC) to provide indefinite delivery/indefinite quantity and design-build construction efforts to support the 377 MSG/CE mission at Kirtland AFB, New Mexico. Competition will be restricted to companies with a bona fide place of business in the State of New Mexico, SBA's Acceptance Letter #0682/12/201593/01. A determination/approval of a bona fide place of business must be acquired through the Small Business Administration. Current A&E contractors on contract at Kirtland AFB are not permitted to participate. Foreign contractors will not be permitted to participate at the prime contractor level. This acquisition will encompass requirements that have, in the past, been acquired utilizing the Base Maintenance Contract. Individual Task Order 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 $2,000 to $3,000,000. 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 program value (combined value of all task orders from all awarded contracts) is not to exceed $64M over a five-year period. Each contract awarded will contain a basic 12-month base period and four 12-month option periods. 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 size standard $33.5M and Subsection 237 Heavy and Civil Engineering Construction, size standard $33.5M. 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 abatement and removal, demolition, mechanical, electrical, plumbing, concrete masonry, welding, painting, roofing and paving. Locations of work will be at Kirtland AFB, NM. Offers are solicited only from business concerns current in the Central Contractor Registration (CCR), and North American Industry Classification System (NAICS) Code 236220 must specifically be included in the Offerors approved business plan. The Request for Proposal (RFP) utilizes best value source selection procedures described in Federal Acquisition Regulation (FAR) 15.3, Defense Federal Acquisition Regulation Supplement (DFARS) 215.3, Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315.3 and MP 5315.3, targeted toward a Competitive 8(a) set-a-side with a 30-day response time (offers due 30 days after issuing). In using this approach, the Government seeks to award up to six (6) contracts to 8(a) small businesses, who give the Air Force the greatest confidence that they can meet the 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 seed project consists of a facility expansion, LRPD Advanced HPM Research Facility Expansion (Project # MHMV 110112). The seed project magnitude is between $1,000,000 to $5,000,000. 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. Kirtland AFB plans to include the following factors: 1) Technical/Technical Risk 2) Past Performance 3) Cost/Price Within the Technical/Technical Risk Factor the following 4 sub-factors will be used: a) Organizational Structure and Staffing b) Technical Capability/Execution and Completeness of the Seed Project c) Change and Cost Control Management d) Quality Control Program The Technical/Technical Risk and Past Performance factors will be afforded primary emphasis in the evaluation, are considered equal in importance, and, when combined, are significantly more important than the Cost/Price factor. Cost/Price, however, will contribute substantially to the selection decision and will be assessed for reasonableness. The sub-factors within the Technical/Technical Risk Factor are considered equal in importance. The price for the Seed Project will be evaluated IAW DFARS 252.236-7007. The priorities in the price schedule (RFP Attachment 32) apply and are as follows: 1. Additive Bid Item #1 - Crane 2. Additive Bid Item #2 - Future Power Up to six (6) highest rated offerors from the source selection will receive a basic contract award. The highest rated offeror will be awarded the seed project, which satisfies the contract minimum requirement. All remaining awardees will be awarded an initial $2,000 Task Order for the MACC Orientation Seminar to satisfy the contract minimum requirement. All future task orders will be competed among all the contract awardees. The solicitation is available in electronic format only. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/FA9401-12-R-0002/listing.html)
 
Place of Performance
Address: Kirtland AFB, NM 87117, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02702983-W 20120324/120322234611-33d0a1650487eccb11c6838d66f72db6 (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.