MODIFICATION
Z -- Simplified Acquisition of Base Engineer Requirements (SABER) at McConnell AFB, KS. & at Ft Riley, KS
- Notice Date
- 3/4/2015
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
- ZIP Code
- 67221-3702
- Solicitation Number
- FA462115R0002
- Archive Date
- 10/30/2015
- Point of Contact
- Joshua R. Houseworth, Phone: 3167592034, John C Person, Phone: 316-759-2254
- E-Mail Address
-
joshua.houseworth@us.af.mil, john.person@us.af.mil
(joshua.houseworth@us.af.mil, john.person@us.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Synopsis for a Simplified Acquisition of Base Engineering Requirements (SABER) contract. The changes to the notification which was posted on 3 Mar 2015 have been underlined. The Government anticipates the award of one, firm-fixed price, indefinite-delivery/indefinite-quantity (ID/IQ) contract which will consist of one (1) base year, and four (4) one-year option periods to be exercised at the Government's discretion. The guaranteed minimum award amount will be the final price for the seed project. The estimated (aggregate) maximum for the base year and four (4) options years is $45,000,000. It is estimated that approximately $40,000,000 of the contract maximum will be for work at Fort Riley, and $5,000,000 will be for work at McConnell AFB. A funded seed project for this contract will be identified at the time of solicitation. Work under a SABER contract consists of real property maintenance, repair, remodel, alteration and minor construction projects to include industrial, commercial and institutional facilities located on McConnell AFB, KS and Fort Riley, KS. Firm-fixed-price task orders issued under this SABER contract may range in value from $2,000 to $1,000,000. Each task order may involve a variety of construction trades. The SABER contractor shall provide all materials, labor, equipment, tools, transportation and ancillary items necessary to complete each project from conception to completion. The Government will request responses only from interested 8(a) firms within the Small Business Administration’s (SBA) Regions VI and VII. It has been determined that competition will be limited to 8(a) firms located within the geographical area serviced by the SBA Regions VI and VII (Arkansas, Louisiana, New Mexico, Oklahoma, Texas, Iowa, Wichita, Kansas City, Missouri and Nebraska District Offices), and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. The North American Industry Classification System (NAICS) code for this project is 236220 Commercial and Institutional Building Construction with a size standard of $36.5 M. All interested 8(a) firms are encouraged to down load a copy of the solicitation as soon as it is posted on FBO. ( The last sentence was removed because the SBA has accepted the Air Force's offer to compete this acquisition in the 8(a) Business Development Program.) Joint Venture Agreements are allowable on competitive 8(a) set-asides. The agreement must be received by SBA prior to cost proposal due date and approved before award of the resulting contract. If you are contemplating a joint venture on this project you must advise your assigned Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BDS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER THE TIME OF SUBMISSION OF THE COST PROPOSAL. The successful contractor will be selected using Full Trade-Off (FTO) procedures, resulting in the best value to the Government. Evaluation factors will be set forth in Sections L & M of the solicitation and will include evaluation of the following areas: Technical, Past Performance and Price (Coefficient). Upon award, initial pre-performance conferences will be held at McConnell AFB, KS and Fort Riley, KS. The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package, including the Standard Form 1449 and continuation pages, the Work Statement, the Department of Labor Wage Determination and the Past and Present Performance Questionnaire, shall be made available only on the Federal Business Opportunities (FedBizOpps) Web Site at http://www.fbo.gov/. Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means shall not be honored. Potential offerors are responsible for monitoring the FedBizOpps website for the release of the solicitation package, which should be on or about 1 April 2015, for downloading their own copy of the solicitation package and for downloading their own copy of any subsequent amendments, if any. All firms wishing to submit a proposal subsequent to the solicitation described herein MUST be registered in the System for Award Management (SAM) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Information on registration in SAM can be obtained at the following website: http://www.sam.gov. Potential offerors must also have current Online Representations and Certification Application on file with SAM. No response to this announcement is required. The government shall not pay for any information submitted in response to this announcement. The solicitation subsequent to this announcement may be cancelled. After solicitation and prior to award the possibility exists to reject all offers when cancellation is clearly in the public interest. This announcement does not obligate the Government to pay for any bid or proposal preparation costs. Per AFFARS 5352.201-9101 (Apr 2014) the following applies: (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 interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested p arties 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, interested parties may contact the MAJCOM ombudsmen, Mr. Gregory O’Neal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the interested 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 (571) 256-2395, facsimile number (571)256-2431. (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 directected to the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA462115R0002/listing.html)
- Place of Performance
- Address: Two Locations: Ft Riley and McConnell Air Force Base, Kansas, McConnell AFB, Kansas, 67221, United States
- Zip Code: 67221
- Zip Code: 67221
- Record
- SN03658087-W 20150306/150304234643-d0289de13edb24101f40d9d463d23f5e (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 |