SPECIAL NOTICE
Y -- Notice of Intent to Increase Ceiling to Worldwide Engineering & Construction ID/IQ Contracts - REVISED
- Notice Date
- 11/7/2023 2:10:33 PM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA8903 772 ESS PK JBSA LACKLAND TX 78236-9861 USA
- ZIP Code
- 78236-9861
- Solicitation Number
- FA8903-24-SN-001
- Response Due
- 11/22/2023 2:00:00 PM
- Archive Date
- 12/07/2023
- Point of Contact
- David M. Foote, Contracting Officer, Joyce Cavin, Contract Specialist
- E-Mail Address
-
david.foote.2@us.af.mil, joyce.cavin@us.af.mil
(david.foote.2@us.af.mil, joyce.cavin@us.af.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- This is a notice of intent to execute a class Justification and Approval (J&A) to modify the 772d Enterprise Sourcing Squadron�s (772 ESS) existing Worldwide Engineering and Construction (WE&C), Multiple-Award Indefinite Delivery/Indefinite quantity (IDIQ) contracts to increase the total program ceiling. The suite of WE&C ID/IQ contract were issued on behalf of the Air Force Civil Engineering Center (AFCEC) for requirements supporting complex construction services in the continental United States (CONUS) and overseas (OCONUS).� The anticipated $1.8B increase will raise the program ceiling from approximately $2.6B to $4.4B. The increased funding will be applied to cover contract support over the remaining contract period. The WE&C ceiling increase is crucial to sustain the Facilities, Sustainment, Restoration and Modernization (FSRM) program as these contracts absorb newly funded work for mission critical operations. �More specifically, the ceiling increase includes support to rebuilding/repairing damaged facilities at Andersen AFB, Guam, due to the catastrophic impact of Typhoon Mawar in May 2023.� Additionally, there are further requirements for Defense Logisitics Agency (DLA) and Foreign Military Sales (FMS) that are included in the needed ceiling increase. The WE&C contracts were awarded on 28 February 2017 with a five-year basic ordering period plus three one year options.� Two of the one year option periods have been exercised. Base ordering period was from 28 February 2017 until 27 February 2022.� Option Year one was from 28 February 2022 until 27 February 2023.� Option Year two was from 28 February 2023 until 27 February 2024. Option Year three is from 28 February 2024 until 27 February 2025. The ordering period can be extended 6 additional months until 27 August 2025, pursuant to FAR 52.217-8, Option to Extend Services. WE&C Contractors (Awarded 28 February 2017): 1. AECOM Technical Services; FA8903-17-D-0035 2. AMEC Foster Wheeler Environment & Infrastructure Inc (now WSP USA Environment & Infrastructure); FA8903-17-D-0036 3. CB&I Federal Services (now Aptim Federal Services, LLC); FA8903-17-D-0037 4. CDM/CAPE (a Joint Venture); FA8903-17-D-0038 5. CONTRACT ECC, LLC; FA8903-17-D-0039 6. CUSTOM MECHANICAL SYSTEMS CORP; FA8903-17-D-0040 7. GILBANE FEDERAL; FA8903-17-D-0041 8. JOHNSON CONTROLS FEDERAL SYSTEMS/VERSAR JOINT VENTURE; FA8903-17-D-0042 9. KELLOGG BROWN & ROOT SERVICES, INC; FA8903-17-D-0043 10. PERINI MANAGEMENT SERVICES, INC; FA8903-17-D-0044 11. PORTICO SERVICES, LLC; FA8903-17-D-0045
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/932e46091e1b49839761ca8167b8a4b9/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06877863-F 20231109/231107230128 (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 |