Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2020 SAM #6768
SOLICITATION NOTICE

Z -- Fort Riley, KS & McConnell AFB, KS Simplified Acquisition of Base Engineering Requirements (SABER) - 2020

Notice Date
6/8/2020 6:43:29 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4621 22 CONS PK MCCONNELL AFB KS 67221-3702 USA
 
ZIP Code
67221-3702
 
Solicitation Number
FA4621-20-R-0001
 
Response Due
3/9/2020 12:00:00 PM
 
Archive Date
06/23/2020
 
Point of Contact
Christina K. Muth, Phone: 316-759-4526, Fax: 316-759-5634, Derek L. Owen, Phone: 316-759-2254, Fax: 316-759-5634
 
E-Mail Address
christina.muth.1@us.af.mil, derek.owen.1@us.af.mil
(christina.muth.1@us.af.mil, derek.owen.1@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Posting The purpose of this update is to post the Final Question and Answer Responses.� _______________________________________________________________________________ Amendment�3 - The purpose of this amendment is to: 1) Furnish additional information to support the Fort Riley Utility Provider ASUS Proposal/Design package (Attachment 13 - ASUS Proposal Letter) ________________________________________________________________________________ Amendment 2 - The purpose of this amendment is to: 1) Extend the�RFP due date from 2 Mar 2020 to 9 Mar 2020 at 2 pm CST. 2) Extend final Questions submittal period to NLT 27 Feb 2020 at 2 pm CST. Any questions submitted after this period may not be answered. 3) Furnish Fort Riley Utility Provider ASUS Proposal/Design package (Attachment 11 and Attachment 12). 4) Respond to Questions furnished by 20 Feb 2020 at 5 pm CST. ________________________________________________________________________________ Amendment 1 - The purpose of this amendment is to: 1) Update NAF Gen Provisions. 2) Update the Drawings.� AutoCAD version cannot be uploaded in Beta SAM, please contact Contracting office for AutoCAD version if necessary at christina.muth.1@us.af.mil or derek.owen.1@us.af.mil. 3) Update and add new clauses. 4) Update Section L to address changes due to questions asked during Pre-Proposal Conference. 5) Provide Pre-Proposal Conference meeting information and responses to associated questions. *Please note: There are three separate�sets of Q&A. Please be sure to review all amendment attachments. ________________________________________________________________________________ The 22d Contracting Squadron (22 CONS) of the 22d Air Refueling Wing, McConnell AFB KS,�hereby releases the�Fort Riley/McConnell Sunflower Simplified Acquisition of Base Engineering Requirements (SABER) - 2020 solicitation. The Government�intends to�award�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 $250,000.00.� The total amount of this contract is not-to-exceed a monetary amound of $75,000,000 or a total term of 5 years (as extended through the exercise of options), whichever is reached first.��It is estimated that approximately $70,000,000 of the contract maximum will be for work at Fort Riley, and $5,000,000 will be for work at McConnell AFB.� A fundedseed project for this contract�has been identified and can be found in the Request for Proposal (RFP) and attachments 4 & 5. 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 $2,000,000. 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. It has been determined that competition will be limited to�8(a) firms located within the Small Business Administration�s (SBA) Regions VI and VII (AR, LA, NM, OK, TX, IA, KS, MO, and NE)�with the assigned NAICS code.� Proposals from other than certified 8(a) firms will not be considered. Firms must have a bona fide office within the geographical region. The North American Industry Classification System (NAICS) code for this project is 236220 Commercial and Institutional Building Construction with a size standard of $39.5M. 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 Subjective Trade-Off procedures, resulting in the best value to the Government. Evaluation factors will be set forth in Sections L & M of the solicitation and�include evaluation of the following areas: Technical, Past Performance and Price (Coefficient). Upon award, an initial pre-performance conference will be held at McConnell AFB, KS and Fort Riley, KS. All applicable solicitation documents are included in this posting.� A pre-proposal conference and site visit of both installations will take place on 12-13 February 2020.� If interested in attending the site visit, offerors are required to provide the following no later than 3:00 p.m. CST on 4 February 2020 in accordance with Section L of the solicitation, AF PGI 5315.209-90: - First and Last Name - Social Security Number�� - Date of Birth��� - Driver's License (DL) or State Identification (ID) Number������������������������������������������������� - State of Issue of DL or ID Additionally, in accordance with Section L of the solicitation, AF PGI 5315.209-90, any questions or requests for information are due no later than 3:00 p.m. CST on 6 February 2020. 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: https://beta.sam.gov. Potential offerors must also have current Online Representations and Certification Application on file with SAM. Per AFFARS 5352.201-9101 (Jun 2016) 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 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, the interested party may contact the ombudsman, Ms. Susan Madison, AFICA/KM (OL AMC), 510 POW/MIA Drive, Scott AFB IL 62225-5022, (618) 229-0267, (DSN 779-0267), fax (618) 256-6668 (DSN 576-6668), email: Susan.Madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman 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 directed to the Contracting Officer. Place of Contract Performance����������������������������������������������������������������������������������������������������������������������� Two Locations: Ft Riley and McConnell Air Force Base, KS� McConnell AFB, Kansas 67221���� United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8bb5cda8127c4a1488743c1cf9cc3803/view)
 
Place of Performance
Address: Fort Riley, KS 66442, USA
Zip Code: 66442
Country: USA
 
Record
SN05683199-F 20200610/200608230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.