Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 27, 2008 FBO #2558
SOURCES SOUGHT

Y -- Multiple Award Construction Contract

Notice Date
11/25/2008
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-09-R-0010
 
Point of Contact
Daniel R Chang,, Phone: (808) 448-2925, Caroline K. Ponce,, Phone: (808) 448-2919
 
E-Mail Address
daniel.chang@hickam.af.mil, caroline.ponce@hickam.af.mil
 
Small Business Set-Aside
N/A
 
Description
15th Contracting Squadron, Hickam AFB, Hawaii is seeking interest of potential and eligible contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract (MACC) at Hickam AFB, Hawaii and other Air Force Installations throughout the Hawaiian Islands. Sources Sought responses are due no later than 8 December 2008. The MACC is a contract for execution of a broad range of maintenance, repair and minor construction and may include design. Work to be performed under the MACC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23, Construction, Subsection 233, Building Development and General Contracting, size standard $33.5 million (except dredging and surface cleanup activities; Subsector 234, Heavy Construction, size standard $33.5 million and Subsector 235, Special Trade Contractors, size standard $14 million. Contractors will be expected to accomplish a wide variety of individual construction tasks, including design/build, renovation, and additions/upgrades, along with specific work in heating/ventilation / Air Conditioning, electrical, mechanical and other major trades. Description of work will be identified in each individual task order. Anticipated individual task orders may range from $2,500 - $5,000,000. The program value is still under consideration, but at this time, the program is expected not-to-exceed $60,000,000 over the five-year period. Each contract awarded will contain a basic 12-month period with four 12-month option periods. The number of awards the government will award is still under consideration, however at this point the government anticipates awarding four (4)or five (5) contracts. The government will evaluate offers and select the awardees utilizing the best value source selection procedures descried in the Federal Acquisition Regulation (FAR Part 15.3) and the Air Force Federal Acquisition Regulation Supplement (AFFARS 5315.3). In using this best value approach, the government seeks to award to those offerors who give the Air Force the greatest confidence they will best meet our requirements. While government source selection evaluation team and the source selection authority will strive for maximum objectivity, the source selection process, by its nature, is subjective. This may result in an award being made to higher rated, higher priced offerors where the decision is consistent with the evaluation factors in the RFP and the selection authority reasonably determines that the technical superiority, and/or overall business approach, and/or superior past performance, of higher priced offerors outweighs the cost difference. THE RFP may identify a seed project, which will be awarded to the highest rated offeror for the first award. All other successful awardees are guaranteed a minimum of $2,500. The Government will compete future individual requirements among the awardees. This acquisition is being considered for Section 8(a) set-aside, HUBZone set-aside, unrestricted competition, or a combination of these. In responding to this sources sought synopsis, please indicate your (a) interest as a prime contractor, teaming partner, joint venture, primary subcontractor and indicate (b) if your business is 8(a) and/or HUBZone certified, large, or small, (c) provide 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, and (d) availability of bonding of a least $10,000,000 (minimum anticipated for each performance period) for this contract. Please provide your responses to SSgt Daniel Chang, Contract Specialist at 448-2925 or Daniel.Chang@hickam.af.mil. An actual solicitation is expected to be issued March 2009. The closing date and time for submission of offers will be contained in the solicitation package. The entire solicitation, including the specifications and drawings, will be made available only on the Electronic Posting System (EPS) Web site at http://www.eps.gov at that time. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. Potential offerors MUST register at www.eps.gov in order to receive notification and/or changes to the solicitation. All contractors MUST register in the Central Contractor Registration database or their proposal will not be considered. Contractors can obtain further information on the Central Contractor registration (CCR) at web site http://www/ccr/gov. Prospective offerors who would like their company name included on the Bidder's Mailing List (plan holder's list) may do so on the FEDBIZOPPS website under IVL (Interested Vendor's List). This notice does not obligate the Government to award a contract or multiple contracts nor does it obligate the Government to pay for any bid/proposal preparation costs. For further opportunities, you may review AF needs at http://www.selltoairforce.org. For other opportunities and information go to the small business administration web site at http://www.sba.gov or contact our Small Business Specialist, James Watanabe@hickam.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2158ef82323e6b0f1a52bbf728290e6e&tab=core&_cview=1)
 
Place of Performance
Address: 15th Contracting Squadron/LGCA, 90 G Street, Hickam AFB, Honolulu, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01710152-W 20081127/081125215610-2158ef82323e6b0f1a52bbf728290e6e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.