Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2005 FBO #1459
SOURCES SOUGHT

Y -- 92 CONS SABER Sources Sought

Notice Date
11/22/2005
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd CONS, 110 West ENT Suite 200, Fairchild AFB, WA, 99011-9403
 
ZIP Code
99011-9403
 
Solicitation Number
Reference-Number-RFIFA46200501
 
Response Due
12/6/2005
 
Description
Sources Sought: The 92nd Contracting Squadron is seeking potential sources interested in proposing on an acquisition for a Simplified Acquisition of Base Engineering Requirements (SABER) program. The purpose of the Sources Sought notice is to identify the availability of qualified sources for a potential Hub Zone, 8(a), or Service Disabled Veteran set-aside. SABER provides a vehicle for the execution of a broad range of maintenance, repair, and minor construction. The anticipated contract type will be a Firm Fixed Price Indefinite-Delivery/Indefinite-Quantity type contract. The performance period will be one base year plus four-one year option periods. The program value is estimated at $20 million over five (5) years. Work to be performed under the SABER contract will be within the North American Industry Classification System (NAICS) code as follows: 236220 ? Commercial and Institutional Building Construction. Small business size standard is $28.5 million. Interested parties will be expected to accomplish a wide variety of individual construction projects, including design (up to 35% of project), build, renovation, additions/upgrades, along with specific work in heating, ventilation, air conditioning, electrical, mechanical, and other major trades. Description of work would be identified in each individual task order. Individual task orders may range between $2,000 and $500,000. Any subsequent Request for Proposal (RFP) will include a seed project that will be used to rate offerors capabilities to determine the successful offer for award. The government will evaluate offers utilizing formal source selection procedures described in the Federal Acquisition Regulation (FAR Part 15.3) and Air Force Federal Acquisition Regulation Supplement (AFFARS 5315.3). If your firm is HUBZone and intends to propose on this acquisition, then submit capability information to the Contracting Officer not later than fourteen (14) days after the publication of this notice: (a) SBA Certification of HUB Zone eligibility; (b) a positive statement of your interest in this acquisition as a prime contractor; (c) evidence of recent (within three (3) years), relevant (multiple trade, multiple task order) experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers and a statement as to why the project is relevant; (d) financial and bonding capabilities to execute multiple task orders with an aggregate value up to $4 million dollars per year, (e) project management and staffing capabilities; and (f) capability to execute design (up to 35% of project) and construction. If your firm is a Service Disabled Veteran firm and intends to propose on this acquisition, then submit capability information to the Contracting Officer not later than fourteen (14) days after the publication of this notice: (a) a positive statement of your interest in this acquisition as a prime contractor; (b) evidence of recent (within three (3) years), relevant (multiple trade, multiple task order) experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers and a statement as to why the project is relevant; (c) financial and bonding capabilities to execute multiple task orders with an aggregate value up to $4 million dollars per year; (d) project management and staffing capabilities; and(e) capability to execute design (up to 35% of project) and construction. If your firm is an 8(a) firm and intends to propose on this acquisition, then submit capability information to the Contracting Officer not later than fourteen (14) days after the publication of this notice: (a) a positive statement of your intention to bid on this contract as a prime contractor; (b) evidence of recent (within three (3) years), relevant (multiple trade, multiple task order) experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers and a statement as to why the project is relevant; (c) financial and bonding capabilities to execute multiple task orders with an aggregate value of up to $4 million dollars per year, (d) financial capability to execute task orders up to $4 million dollars, (e) project management and staffing capabilities; and (f) capability to execute design (up to 35% of project) and construction. This sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to any resultant solicitation separately from their response to this sources sought notice.
 
Place of Performance
Address: 110 West Ent Street, Fairchild AFB, WA
Zip Code: 99011-8658
Country: USA
 
Record
SN00936318-W 20051124/051122212109 (fbodaily.com)
 
Source
FedBizOpps.gov 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.