Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

Z -- SIMPLIFIED ACQUISITION OF BASE ENGINEERING REQUIREMENTS (SABER)

Notice Date
4/17/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 910 CONF/LGC, 3976 King Graves Road, Unit 31, Youngstown ARS, Ohio, 44473-5931
 
ZIP Code
44473-5931
 
Solicitation Number
FA6656-12-R-0003
 
Point of Contact
Helen L Jordan, Phone: 330-609-1306, Phyllis J. Delgros, Phone: 330-609-1046
 
E-Mail Address
helen.jordan@us.af.mil, phyllis.delgros@us.af.mil
(helen.jordan@us.af.mil, phyllis.delgros@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Work consists of providing all labor, supplies, materials, supervision, transportation, equipment, testing, etc., to complete the Simplified Acquisition of Base Engineering Requirements (SABER) services at the Youngstown Air Reserve Station YARS, Vienna OH (Trumbull County). This is a Competitive 8(a) acquisition; competition is limited to eligible 8(a) firms serviced by the Cleveland District Office or the Pittsburgh District Office of the SBA. The government anticipates the award of two Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. The contracts will include a wide variety of individual construction tasks as identified and based on the prices from the latest R.S. Means Master Cost Data and an applied coefficient. Firm Fixed price delivery/task orders will include a variety of trades. Typical task orders (TO) to be issued under the contract will consist of a broad range of maintenance, repair, alteration and construction work on real property at the location listed above. The work involved includes, but is not limited to carpentry, road repair, roofing, excavation, interior and exterior electrical, plumbing, sheet metal, painting, demolition, concrete, masonry, HVAC and welding. The contractor shall be required to provide and maintain a management office, such as a mobile office/office trailer. The performance period of the contract shall consist of one base year, and four individual option years, for a potential total of five years. The NAICS for this acquisition is 236220, with a size standard of $33.5M. Individual jobs or task orders against the contract will typically vary in anticipated size ranging from $100,000 to $500,000. The minimum overall contract amount for each contract awarded will be $100,000; the maximum overall contract amount for each contract awarded is $12.5M. Contract award will be based on best value, using Lowest Priced/Technically Acceptable (LPTA) procedures. There will be no paper copies of the solicitation distributed; all solicitation information/documentation will be obtained through the www.fbo.gov website; interested parties should register to receive notifications and should register as an interested vendor via the www.fbo.gov website. Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award and must be determined eligible for award by the SBA. The issue date of the solicitation is on or about 2 May 2012, with an estimated 30 calendar day response period. Site visit information will be provided in the bid package; prime contractors, subcontractors and/or suppliers may attend the site visit. There will be no public bid opening. This notice does not obligate the government to award a contract nor does it obligate the government to pay and/or reimburse respondents and/or their associates for any costs incurred to submit the requested information and/or a proposal. Responses to this notice and/or the Request for Proposals will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contact. Any questions relating to this solicitation must be submitted, in writing via email, to helen.jordan@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/910LGLGC/FA6656-12-R-0003/listing.html)
 
Place of Performance
Address: Youngstown Air Reserve Station, 3976 King Graves Road, Vienna, Ohio, 44473-5931, United States
Zip Code: 44473-5931
 
Record
SN02723786-W 20120419/120417234940-9a131f697d263618798e15c0d469a248 (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.