Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2015 FBO #4962
MODIFICATION

Y -- Simplified Acquisition of Base Engineering Requirements (SABER) - Amendment 3

Notice Date
6/23/2015
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
FA4809-14-R-0001
 
Response Due
6/25/2015 4:00:00 PM
 
Point of Contact
Devin R. Powner, Phone: 919-722-1766, Jason Endicott, Phone: 919-722-0697
 
E-Mail Address
devin.powner@us.af.mil, jason.endicott@us.af.mil
(devin.powner@us.af.mil, jason.endicott@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Amendment 0003 - Response Date Extension Seymour Johnson AFB, (Wayne County) North Carolina, has a requirement for Simplified Acquisition of Base Engineering Requirements (SABER) IX and intends to issue a formal Request for Proposal (RFP) on or about 26 May 2015 via Fed Biz Opps. Work consists of providing all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to complete the Simplified Acquisition of Base Engineering Requirements (SABER) VIII contract at Seymour Johnson AFB, NC. This will be a firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contract for design and construction efforts at Seymour Johnson AFB, Dare County Bomb Range, and Fort Fisher, NC. Projects will be in support of real property maintenance, repair, alteration, and/or new construction. The work involved includes, but is not limited to carpentry, road repair, roofing, excavation, interior and exterior electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete masonry, and welding. Period of Performance and Magnitude: The magnitude for this requirement is more than $10,000,000.00. The period of performance is for a 12-month base period and four 12-month option periods. The guaranteed minimum is $2,000.00 for the life of the contract and the maximum ordering limitation is $49,000,000.00 over the life of the contract. The minimum amount per task order is $2,000.00 and the maximum amount per task order is $5,000,000.00. Individual task orders will vary in size and complexity with the following project magnitudes. Low: $150,000.00 and less; Medium: Between $150,001.00 and $500,000.00; High: Between $500,001.00 and above. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. The contractor shall be required to maintain a management office at Seymour Johnson AFB. This is a Competitive 8(a) Procurement limited to qualified/eligible 8(a) firms located within the geographical area serviced by the North Carolina District Office 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 firms are deemed ineligible to submit offers. The applicable North American Industry Classification System (NAICS) code for this acquisition is 236220 with a small business size standard of $33,500,000.00. Multiple awards for this requirement will not be made. The successful contractor will be selected using the Lowest Price Technically Acceptable (LPTA) process identified in the DoD Source Selection Procedures and the Air Force Mandatory Procedures 5315.3 that results in the Best Value to the Government, price and other factors considered. It is anticipated the solicitation will be issued electronically on or about 26 May 2015, on the Federal Business Opportunities (FBO) web page. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe.). More information concerning these viewers can be found on the FBO website. To be eligible for contract award, offerors must be registered and marked active in the System for Award Management (SAM). Register via the SAM website www.sam.gov. All responsible sources may submit a proposal that shall be considered by this Agency. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function of Fed Biz Ops. No bidder's mailing list will be maintained. Primary POC is SrA Devin Powner at (919) 722-1766: E-mail devin.powner@us.af.mil ; secondary POC is SSgt Jason Endicott at (919) 722-0697: E-mail jason.endicott@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-14-R-0001/listing.html)
 
Place of Performance
Address: 1600 Wright Brothers Ave, Seymour Johnson AFB, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN03773552-W 20150625/150623235523-6d48aee2e792b54bb5e55a089225ddd3 (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.