SOLICITATION NOTICE
Z -- Repair (Sustain) AFLCMC Acquisition Facility, B1102 - Brand Name Justification - Package #2 - FA2835-18-R-0002
- Notice Date
- 2/15/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA2835-18-R-0002
- Point of Contact
- John E. Weeks, Phone: 7812250165, Joshua Davis, Phone: 7812250095
- E-Mail Address
-
john.weeks.10@us.af.mil, joshua.davis.50@us.af.mil
(john.weeks.10@us.af.mil, joshua.davis.50@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Section J Attachment 4 - Evaluation Factors for Award Section J Attachment 3 - Instructions, Conditions & Notices to Offerors Section J Attachment 2 - Wage Determination MA180001 Section J Attachment 1 - Statement of Work Standard Form 1442 Proposal Submission Checklist Brand Name Justification This solicitation is for a design-build contract to renovate building 1102 on Hanscom AFB, MA, in accordance with the terms, requirements, and instructions of the SF 1442 and associated attachments. The anticipated magnitude of construction for this effort is between $10,000,000 and $25,000,000. This solicitation is a 100% total small business set aside under NAICS code 236220. The small business size standard is $36.5 million. This solicitation is being conducted in accordance with FAR 36.3 - Two Phase Design-Build Selection Procedures. Response shall consist of Two Phases. One solicitation will cover both phases. All offerors submitting proposals will be evaluated in Phase 1. In Phase 1, offerors submit specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in Section J Attachments 4 - Evaluation Factors for Award, and will select no more than five (5) of the most highly qualified Phase 1 Offerors to submit Phase 2 proposals. In Phase 2, offerors shall submit price and technical proposals. Phase 2 proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. A proposal for Phase 2 should not be provided unless the offeror has been notified by the Government to submit a Phase 2 proposal. A Phase 1 site visit will be held on 26 Feb 2018 at 10:00 AM EST. Details on attending the Phase 1 site visit can be found in Section J Attachment 3 - Instructions, Conditions and Notices to Offerors. The overall contract period of performance is 619 calendar days from contract award. Design portion is to be completed within 249 calendar days from contract award. Phase 1 and Phase 2 proposals must be valid for 90 calendar days. Phase 1 proposals must be received no later than the date and time specified in block 13 of the SF 1442. Detailed instructions on submission of proposals can be found in Section J Attachment 3 - Instructions, Conditions and Notices to Offerors. Applicable Construction Wage Rate Statute Wage Determinations: Middlesex County, MA (Section J Attachment 2). This solicitation contains a brand name requirement for Advantor Systems products. See attached Justification & Approval document. Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. All Offerors shall be registered at the System for Award Management (www.sam.gov) to be eligible for award. A Phase 1 proposal submission checklist has been provided to assist offeror's in completing proposal packages. However, it is still the offeror's responsibility to ensure all of the instructions and requirements contained in the SF 1442 and attachments are followed in preparing and submitting proposals. Please submit the completed proposal submission checklist with your Phase 1 package.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA2835-18-R-0002/listing.html)
- Place of Performance
- Address: 17 Grenier Street, Building 1102, Hanscom AFB, Massachusetts, 01731, United States
- Zip Code: 01731
- Zip Code: 01731
- Record
- SN04824933-W 20180217/180215231907-7c094b7c73bb03831a28fc2761dc8710 (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 |