SOLICITATION NOTICE
Y -- DeCA STREAMLINED CONSTRUCTION IMPROVEMENT PROGRAM (SCIP II)
- Notice Date
- 4/18/2006
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron - DeCA Support, 2250 Foulois Street, Suite 3 Bldg 8400, Lackland AFB, TX, 78236-1007
- ZIP Code
- 78236-1007
- Solicitation Number
- FA3002-06-R-0014
- Response Due
- 5/9/2006
- Archive Date
- 5/24/2006
- Description
- The Defense Commissary Agency, Design and Construction Division (DECA/CIED) will implement a follow-on Streamlined Construction Improvement Program (SCIP II) to optimize construction delivery of proposed projects in fiscal years (FY) 2007, 2008, 2009, 2010 and 2011. For the purposes of this acquisition, the NAICS Code is 236220. The Business size standard is $31,000,000. The primary tool to implement SCIP II will be award of approximately ten (10) multiple-award, firm, fixed-priced, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The contracts will be awarded in two categories. One category will cover Larger-Valued National Contracts with estimated project values over $7.5 Million and another will cover Lower-Valued National contracts with estimated project values under $7.5 Million. Approximately five contracts will be awarded in each category. The contracts will consist of a three (3) year basic period with two (2) one year options. At this time, the magnitude of the five-year program consists of approximately 20 projects estimated over $7.5 Million and 45 projects estimated at below $7.5 Million. Since the requirements are indefinite, actual program dynamics may increase or decrease the number of projects over the life of the contract; however, the program maximum for all contracts combined shall not exceed $498 Million. The contract scope shall include design/build and traditional design/bid/build construction of new commissary facilities, addition/alteration (ADAL) to existing commissaries, new and ADAL to Central Distribution Centers & Retail Centers (Commissaries & Exchanges), in the United States to include Hawaii and Alaska, and Guam and Puerto Rico, and other commissary locations where permitted by Host Nation agreements. Other alternative methods of project delivery may be utilized after award. The work will consist of providing all facility construction and equipment, including building equipment and operational equipment. Particular emphasis is placed on refrigeration and HVAC systems in these facilities. The abatement of hazardous materials will be a contract requirement on some projects, when such substances are present. Subject acquisition will include a partial 8(a) set-aside for the Lower-Valued National Contracts; the remainder will be solicited unrestricted. The acquisition process consists of a two-phase process as described in the attached document below. Phase One is the submission of information required under this pre-solicitation notice, while Phase Two is the response to the Request for Proposal (RFP). All responsible sources may submit a response to this pre-solicitation notice that shall be considered by the Government. Submit responses to this synopsis and any questions to the Contracting Officer, Mr. Johnny Castro, at Johnny.Castro@Randolph.af.mil not later than 9 May 06. CBD note 26 applies. Points of Contact: Johnny J. Castro, Contracting Officer, Phone 210-671-8407, Fax 210-671-1196, Email: Johnny.Castro@Randolph.af.mil Alice Allen, Contracting Officer, Phone 210-671-1195, Fax 210-671-1196, Email: Alice.Allen@Randolph.af.mil SEE ATTACHED ACQUISITION PROCESS INCLUDED AS MS WORD DOCUMENT.
- Place of Performance
- Address: CONTIGUOUS UNITED STATES INCLUDING ALASKA, HAWAII, PUERTO RICO, AND GUAM.
- Record
- SN01030081-W 20060420/060418220718 (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 |