Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
SOLICITATION NOTICE

R -- CE Engineering Management Services

Notice Date
7/2/2015
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB - AFSC/PZIO, 7858 5th Street Ste 1, Tinker AFB, Oklahoma, 73145-9106, United States
 
ZIP Code
73145-9106
 
Solicitation Number
FA8101-15-R-0006
 
Point of Contact
Emily J. McCollaum, Phone: (405) 739-4035, Kimberly L DeLong, Phone: (405) 739-7147
 
E-Mail Address
emily.mccollaum@us.af.mil, kimberly.delong2@us.af.mil
(emily.mccollaum@us.af.mil, kimberly.delong2@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Synopsis: This solicitation is for the acquisition of base civil engineer (CE) services-engineering management at Tinker AFB, OK. CE services-engineering management is vital to the support of Tinker's warfighting missions and touches every person and organization on the installation. Continued CE services-engineering management is required to ensure installation facilities and infrastructure are designed and constructed sound and safely so Tinker organizations can accomplish their missions. Major functional areas to accomplish these services include: o Engineering consulting, investigating, and evaluation ; o Technical drafting, surveying, and mapping; o Project design and management; o Construction progress assessments and management; o Work Order scope development and cost estimating; o Operations engineering management and facility inspections; o Contractor Quality Control; and o General services including daily management and administration. This acquisition is set-aside for 8(a) small businesses. The North American Industry Classification System (NAICS) Code is 541330, with corresponding annual size standard of $15.0M. The Government intends to award one firm-fixed-priced indefinite-delivery indefinite-quantity (IDIQ) type contract with quality performance indicators (QPI) from this solicitation. This contract will have a two month transition period, a 22-month basic ordering period, and 4 one-year options for a total contract performance period of 6 years. The Government may require the contractor to continue performance for an additional period of up to 6 months IAW FAR 52.217-8 Option to Extend Services.. This is a competitive source selection conducted in accordance with FAR Part 12 and 15.3, as supplemented, in which the Government may trade off competing offeror's past performance with price, for all technically acceptable proposals. The technical evaluation factors are as follows: (1) Transition; (2) Program Management; and (3) Personnel Management. The Government will evaluate past performance as approximately equal to price on technically acceptable proposals. Award will be made to the offeror who is deemed responsible in accordance with the FAR Part 9, as supplemented, whose proposal conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by FAR 52.212-1 -Instructions to Offerors), and is assessed based on the evaluation factors and subfactors to represent the best value to the Government. The Government seeks to award to the offeror who gives the Air Force the greatest confidence they will best meet the requirements. IMPORTANT NOTICE: Previously, offerors were required to register in the Central Contractor Registration (CCR) database and have an active registration in CCR prior to completing their Reps and Certs (Section K of the solicitation) in the Online Representations and Certifications Application (ORCA) prior to award of a contract. Offerors are now required to complete their registration in the System for Award Management (SAM) database via the website https://www.sam.gov. If an offeror previously had an active CCR/ORCA account, the offerors information has automatically been incorporated into the SAM database. Offerors are strongly recommended to review their information in SAM to validate that it is current and up to date. Failure to register in SAM makes an offeror ineligible for award of DoD contracts IAW FAR 4.1102. DISCLAIMER: The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273 This is an update to FBO sources sought FA8101-14-R-0030. All future updates will be posted to this page only as of 2 Jul 15. Although there have been changes to the acquisition, pre-solicitation FA8101-14-R-0030, posted 15 Sep 14 and all latest draft attachments are still applicable and is linked below: https://www.fbo.gov/index?mode=form&id=33c162778d5e96c73743424850319dcf&tab=ntype
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FA8101-15-R-0006/listing.html)
 
Place of Performance
Address: Tinker AFB, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN03784277-W 20150704/150702234549-5c6fee877f7f254893fd2e2102e0caf6 (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.