SOLICITATION NOTICE
Z -- Simplified Acqusition of Base Engineer Requirements (SABER)
- Notice Date
- 10/4/2012
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
- ZIP Code
- 19902-5639
- Solicitation Number
- FA4497-13-R-0001
- Point of Contact
- Jacqueline C. McGee, Phone: 302-677-5215, Aaron Waltersdorff, Phone: 302-677-5213
- E-Mail Address
-
jacqueline.mcgee@us.af.mil, aaron.waltersdorff@us.af.mil
(jacqueline.mcgee@us.af.mil, aaron.waltersdorff@us.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The scope of this project consists of furnishing all materials, equipment, personnel, etc., necessary to provide design, manage, and accomplish individual projects under the purview of Dover Air Force Base, Dover, Delaware. During the contract period, the Base Civil Engineer (BCE) will identify construction projects and the Contracting Officer (CO) will issue individual task orders (TOs) to the contractor to complete the work. The contractor shall maintain an office on Dover Air Force Base in order to receive work requests and other related requirements to accomplish each individual TO. Projects will include tasks in a variety of trades, including, but not limited to the following: site work, concrete, masonry, metals, wood and plastics, thermal and moisture protection, doors and windows, finishes, specialties, equipment, special construction, conveying systems, mechanical, electrical, commercial repair, remodeling, abatement of hazardous material, etc. This requirement is a 100% nationwide competitive 8(a) set-aside pursuant to FAR 19.805. The successful contractor will be selected using Performance Price Tradeoff (PPT) with technical evaluation of factors and sub-factors, resulting in the best value to the government. The government reserves the right to award a contract to other than the lowest priced offeror. Evaluation factors/sub-factors will be set forth in Sections L and M of the solicitation The project magnitude is identified as between $1,000,000 and $5,000,000 for each contract period. The estimated contract value is $100,000 (minimum) and the not-to-exceed amount of $20,000,000 (maximum) over the life of the contract (base period and four 12 month option periods). The minimum task order amount is identified at $2,000 and the maximum is identified as $500,000 per TO; however, there may be some instances where TOs may exceed $500,000. The NAICS Code applicable to this requirement is 236210. The size standard is $33,500,000. In accordance with FAR 52.204-99 entitled System for Award Management Registration (August 2012) Deviation, contractors must be register in the System for Award Management. (SAM). Registration may be accomplished at https://www.sam.gov. Special Requirement/Concerns: The Simplified Acquisition of Base Engineer Requirements (SABER) contract, Dover Air Force Base, Delaware, will be a firm-fixed price, indefinite delivery/indefinite quantity (IDIQ) contract for estimating and construction efforts. The government will award construction projects by individual TOs on an as needed basis. The period of performance for the base year is 1 March 2013 (or date of award if later than 1 March 2013) through 28 February 2014 with the possibility of four 12 month option periods. 1. The solicitation, specifications, drawings, SABER seed project, etc., will be available on the Federal Business Opportunities (FBO) website (www.fbo.gov) on or about 5 November 2012. 2. Hard copies of the solicitation will NOT be provided; however, you may download and pint all files from the website. 3. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates, amendments, addenda etc. You may go to the FBO website to register; however, registration is not required in order to view the solicitation. However, if you register, you may sign up to receive notices with regard to any changes, amendments and/or addenda that may be issued to the solicitation. While registration and signing up to receive updates improves the likelihood of receiving updates, this is not guaranteed. It is incumbent upon each individual contractor to ensure receipt of the most current and updated information. 4. Contractor's shall be capable of securing bonding at a minimum of $8,000,000 per year and must provide proof certain that the contractor can provide that amount of bonding. 5. Contractors must be able to accomplish proposals (to include the SABER seed project) utilizing the RS Means ® database using approved software, e4Clicks® Project Estimator by 4Clicks Solutions, LLC., or other approved equal. 6. Offerors shall provide all required documents by the proposal closing date specified in the solicitation. There will not be a public bid opening. 7. Contractors that are debarred, suspended, or proposed for debarment are excluded from receiving contracts. Also, agencies shall not consent to subcontracts with such contractors. 8. Proposals in response to the solicitation must be mailed or hand delivered by the time and date due in order to be evaluated and considered for award. Prior to 16 October 2012, questions or concerns regarding this notice should be emailed directly to Christine Murphy/Infrastructure Team Lead at christine.murphy.1@us.af.mil or SSgt Aaron Waltersdorff/Contract Specialist at aaron.waltersdorff@us.af.mil. As of 16 October 2012, questions or concerns regarding this notice should be emailed directly to Jacqueline J. McGee/Contracting Officer at jaqueline.mcgee@us.af.mil. DISCLAIMER: This service is provided for convenience only and does not serve as a guarantee of Business Opportunities for all information relevant to desired acquisitions. 5352.201-9101 - OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Mr. Greg Oneal, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, FAX (618) 256-6668, email: greg.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/FA4497-13-R-0001/listing.html)
- Place of Performance
- Address: 436 CONS/LGCA, 639 Atlantic Street, Dover AFB, Delaware, 19902-5639, United States
- Zip Code: 19902-5639
- Zip Code: 19902-5639
- Record
- SN02908758-W 20121006/121004235529-cae6cea5688d70ae4cd177e5c63f1383 (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 |