Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2020 SAM #6855
SOURCES SOUGHT

Z -- Simplified Acquisition Base Engineering Requirements (SABER), Joint Base Charleston, Contract Ceiling Increase

Notice Date
9/3/2020 11:48:37 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-16-D-0002
 
Response Due
9/24/2020 9:00:00 AM
 
Archive Date
10/09/2020
 
Point of Contact
Justine Smith, Phone: 843-963-4529, Taylor E. Keefer, Phone: 843-963-8765
 
E-Mail Address
justine.smith.2@us.af.mil, taylor.keefer@us.af.mil
(justine.smith.2@us.af.mil, taylor.keefer@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The 628th Contracting Squadron at Joint Base Charleston, SC, is issuing this Sources Sought Synopsis as a means of conducting market research for the existing firm-fixed price indefinite-delivery indefinite-quantity Simplified Acquisition Base Engineer Requirements (SABER) Contract to identify parties having an interest in and the resources to support the requirement. It is the Government's intent to increase the ceiling value from $45,000,000.00 to $58,480,00.00 to contract FA4418-16-D-0002 on a sole source basis should no other firm have the capability to support the requirement. The current contract is in the fourth option year and has a period of performance (PoP) of 29 June 2020 � 28 June 2021. The minimum task order estimated is $2,000 and the maximum is $1,000,000. The work to be performed will consist of furnishing all materials, equipment, transportation, and personnel necessary to design (up to 35%), manage and accomplish simultaneous projects for a broad range of maintenance, repair and minor construction work on real property at Joint Base Charleston - Air Base and Weapons Station, South Carolina. THIS IS NOT AN INVITATION FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of 10 USC 2304(C)(1), as implemented in FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This notice of intent is not a request for competitive proposals; however, the Government will consider all capability statements received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. No solicitation will be available for this procurement. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. Note: A copy of the existing SABER contract, FA4418-16-D-0002, Statement of Work (SOW) is available for review (Attachment 1). THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE OR AN INVITATION FOR BID. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. SUPPORT CONTRACTORS WILL HAVE ACCESS TO THE SOURCES SOUGHT. VENDORS MAY OBJECT TO WRITING IN THE SOURCES SOUGHT. IF NO RESPONSE IS RECEIVED IT WILL BE ASSUMED THAT SUPPORT CONTRACTORS MAY VIEW THE SOURCES SOUGHT. RESPONSES REQUESTED FROM INTERESTED CONCERNS: This is a 8(a) Small Business Set-Aside. Interested 8(a) small business concerns should indicate their interest to the Contracting Officer in writing, as early as possible, but no later than 24 September 2020 with the following minimum information. (a) Indicate which set-aside you qualify for under NAICS code 236220, Size Standard $36.5: 8(a), HUBZone, SDVOSB, WOSB or Small Business. (b) DUNS Number or Cage Code. (c) Indicate if you plan to compete using joint venture or compete using a teaming arrangement. (d) Bonding capacity to include single and aggregate amounts. (e) Provide evidence of recent experience (past 5 years) in work similar in type and scope as the Prime contractor. For each contract project submitted, include the Contract Number, Project Title and Description, Award and Completion Dates, Dollar Value of Contract, Points of Contacts for each contract to include current telephone numbers and email addresses. Also, indicate if the contract was a SABER, MATOC or other IDIQ type contract as applicable. (f) Indicate within the capability statement the length of time it would take to begin performance to include office space set-up, capability of RSMeans software, and personnel placement. Contractors shall be registered in the System for Award Management (SAM) at http://www.sam.gov prior to any contract action. Provide responses via email (preferred) to justine.smith.2@us.af.mil NLT 24 Sep 20, 1200 PM EST or send to: 628th Contracting Squadron, Attn: Justine Smith, 101 E. Hill Blvd, Joint Base Charleston. SC 29404-5021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/118e5e54ead34c4d8704f72cefedeea4/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN05787301-F 20200905/200903230204 (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.