Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2016 FBO #5409
SOLICITATION NOTICE

Z -- Simplified Acquisition of Base Engineer Requirements (SABER)

Notice Date
9/12/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC/PKO, 483 N. Aviation Blvd, El Segundo, California, 90245-2808, United States
 
ZIP Code
90245-2808
 
Solicitation Number
FA2816-16-R-0008
 
Point of Contact
Ryan P. Kittle, Phone: 3106535614, Alan R. Mak, Phone: 3106531812
 
E-Mail Address
ryan.kittle@us.af.mil, alan.mak@us.af.mil
(ryan.kittle@us.af.mil, alan.mak@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Department of the Air Force, Air Force Space Command (AFSPC), Space and Missile Systems Center (SMC), Operational and Integration Division (PKE), intends to issue a solicitation for a competitive 100% Section 8(a) set-aside to Small Business Administration (SBA) Certified firms. This is the pre-solicitation synopsis for the anticipated single award, firm-fixed-price (FFP), indefinite-delivery/indefinite-quantity (IDIQ) contract for Simplified Acquisition of Base Engineer Requirements (SABER) at Los Angeles Air Force Base (LAAFB) in El Segundo, California (CA), and Camp Parks in Dublin, CA. LAAFB sites include Fort MacArthur, Pacific Heights, and Pacific Crest in San Pedro, CA, and Defense Contract Management Agency (DCMA) in Carson, CA. Each individual construction project will be awarded by issuing individual delivery orders against the basic contract on an as-needed basis. The contractor shall be required to furnish all materials, equipment, and personnel necessary to design, procure, manage, and accomplish the requirement. Projects will be in support of real property maintenance, repair, alteration, and new construction. The specific description of work will be identified in each individual delivery order. The delivery orders will include tasks in a variety of trades, including but not limited to: tenant improvement, carpentry, civil, excavation, electrical, plumbing, sheet metal, painting, demolition, concrete, masonry, interior/exterior signage, welding, heating, ventilation, air conditioning (HVAC), telecommunication, lead and asbestos abatement, and office furniture removal. The North American Industry Classification System (NAICS) code is 236220, and the size standard for this NAICS code is $36.5M. IAW FAR 36.204 - Disclosure of the Magnitude of Construction Projects, the estimated contract value is "More Than $10,000,000.00" over a maximum contract length of five years and six months. The expected award shall consist of one base period of performance and may include up to four optional periods of performance, with an additional six month option to extend services. The Government intends to issue the solicitation as a SBA Certified 8(a) set aside. It has been determined that competition will be limited to 8(a) firms located within the geographical area serviced by the SBA Los Angeles 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 8(a) Business Development (BD) Participants are deemed ineligible to submit offers. The Government anticipates evaluation factors to be subjective using the trade off process IAW FAR Part 15.101-1, resulting in the best value to the Government. Evaluation factors will be set forth in Sections L & M of the solicitation. It is anticipated the solicitation will be issued electronically in Autumn 2016 on the Federal Business Opportunities (FedBizOpps) web page under solicitation number FA2816-16-R-0008. 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. The deadline for proposals will be identified in the solicitation. The Government intends to award an initial Seed Project as the first delivery order. The Seed Project will be identified in the solicitation. The Government intends to hold a site visit for this solicitation. The exact date and time will be identified in the solicitation. No response to this announcement is being requested at this time. The Government will 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/proposal preparation costs. All prospective contractors must be registered in the System for Award Management (SAM) database in order to be eligible for award. Registration requires applicants to have a Data Universal Numbering System +4 (DUNS+4). Registration may take up to three weeks to process. It is recommended to register immediately in order to be eligible for award. The FAR requires the use of the SAM database in federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to https://www.sam.gov/ to add or update records in SAM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/61CONS/FA2816-16-R-0008/listing.html)
 
Place of Performance
Address: 483 N. Aviation Blvd, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN04266249-W 20160914/160912234502-03554da024ce99786f6229c967f49aad (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.