Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2024 SAM #8076
SOURCES SOUGHT

Z -- Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)

Notice Date
1/5/2024 1:35:38 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4690 28 CONS PKC ELLSWORTH AFB SD 57706-4947 USA
 
ZIP Code
57706-4947
 
Solicitation Number
FA469024SABER
 
Response Due
2/15/2025 2:00:00 PM
 
Archive Date
03/02/2025
 
Point of Contact
David M Goff, Phone: 6053851734, Fax: 6053851759, Samantha Hough, Phone: 6053851730, Fax: 6053851759
 
E-Mail Address
david.goff.6@us.af.mil, samantha.hough.2@us.af.mil
(david.goff.6@us.af.mil, samantha.hough.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS 1. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, may not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. 2. This is a Sources Sought only and it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This Request for Information (RFI) is developed for the express purpose of surveying interested sources. This RFI does not commit the Air Force to contract for any supplies or services whatsoever. Responders are advised that the Air Force will not pay for any information or administrative costs incurred in response to this announcement and any and all costs associated with responding to this RFI will be solely at the interested parties' expense. 3. Ellsworth Air Force Base is seeking a response from interested firms that qualify as U.S. Small Businesses in any socioeconomic status (i.e. Small Business, SBA Certified 8A Program Participant, SBA Certified HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Woman-Owned Small Business). �This request is an attempt to facilitate decision making of potential sources for a possible procurement.� Previous SABER IDIQ award was made to an 8(a) small business. 4. Ellsworth Air Force Base is seeking to identify qualified, experienced, and interested businesses capable of performing base-wide Simplified Acquisition of Base Engineering Requirements (SABER) as described herein. The description of work will be identified in each individual delivery order. Performance and payment bonds will be required per individual delivery order in accordance with Federal Acquisition Regulation Part 28. The general scope of the SABER is a construction only, Indefinite Delivery Indefinite Quantity (IDIQ) single award contract. Projects under this construction only IDIQ contract will consist of construction work based on a general statement of work further defined within each individual task order. The performance period for this SABER contract will be one basic year with four one year option periods. The intent is to award one contract. SABER task orders may range from $2,000.00 to $150,000.00 for construction only efforts (no design-build) on a work-order basis. Each task order shall be negotiated with the selected contractor. The aggregate not-to-exceed amount for this construction only IDIQ contract is estimated between $1.5 million and $1.9 million. 5. The North American Industry Classification System (NAICS) code for this requirement is 236220, Commercial and institutional Building Construction. The small business size standard under this NAICS is $36.5 million. Performance period for the base year would be approximately performed from 1 May 2025 through 30 April 2026 with four one year option periods. The project magnitude for the base year is between $500,000 and $630,000.00 and each option year magnitude is between $500,000 and $630,000.00. The minimum guarantee over the life of the contract is $500 (to include base year and all three option years). All prospective offerors must have a Commercial and Government entity (CAGE) code and be registered with System for Award Management (SAM) (www.sam.gov). Release of an RFP would be via the internet only at the FedBizOps website. No paper copies of the RFP will be issued. 6. If your firm has an interest in proposing on future requirements as described above and who believe they can meet the requirements are invited to submit, in writing, a complete capabilities package. Provide responses NO LATER THAN 15 Feb 2025 to Mr. David Goff via e-mail to david.goff.6@us.af.mil, or Samantha Hough via email at samantha.hough.2@.us.af.mil. 7. At a minimum capability statement shall state skills, experience, and knowledge required to perform this type of work. Include the following: � �a. Company name, address, point of contact (POC), telephone number, fax number, email address, and CAGE Code. � �b. Company's business size and/or socioeconomic status (i.e. Small Business, SBA Certified 8A Program Participant, SBA Certified HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Woman-Owned Small Business). � �c. A positive statement of your intention to bid on this contract as a prime contractor. � �d. Offeror's Joint Venture, Partnering Agreement, or Mentor-Prot�g� information if applicable - existing and potential. � �e. A listing of any government construction contracts held over the last three (3) years. � �f. Company's bonding capacity; single award capacity and an aggregate bonding capacity. �Provide documentation from Surety or Agent of capability to be bonded for performance and payment bonds up to $150,000.00. � �g. If you are a small business, would you consider submitting a proposal as a prime contractor? � �h. What are the most critical criteria that would distinguish one company's capabilities from another? Explain. � �i. Representation of the ability to execute multiple Task Orders concurrently in a wide variety of construction efforts as earlier stated in this document. Identify specialty construction trades as well as experience in delivering design-build projects. � �j. Offeror's experience and capability in developing proposals using Unit Price Books (UPB) e.g. 4-Clicks, RSMeans, WinEstimator, etc. Additionally, what is the industry standard price book in your geographic area? � �k. Offeror's capability in responding to emergency construction task orders at Ellsworth AFB, SD. Emergency response time shall not exceed eight (8) hours. 8. The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/77b49dd6e3cc4d00901f553bcd1379bf/view)
 
Place of Performance
Address: Ellsworth AFB, SD 57706, USA
Zip Code: 57706
Country: USA
 
Record
SN06928726-F 20240107/240105230047 (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.