Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2009 FBO #2903
SOURCES SOUGHT

Z -- Nellis Simplified Acquisition of Base Engineering Requirements (SABER)

Notice Date
11/3/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-10-R-A300
 
Archive Date
9/30/2010
 
Point of Contact
Michele A Lodge, Phone: 702-652-9114, Sean P Blair, Phone: 702-652-9119
 
E-Mail Address
michele.lodge@nellis.af.mil, sean.blair@nellis.af.mil
(michele.lodge@nellis.af.mil, sean.blair@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a potential 100% set-aside for 8(a), HUBZone, Service Disabled Veteran Owned, or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on a SABER (Simplified Acquisition of Base Engineering Requirements) solicitation. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The SABER contract is a firm-fixed price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract that provides a streamlined means to complete a broad range of maintenance, repair, and minor construction projects estimated between $2,000 and $750,000. Work to be performed will be within the North American Industry Classification System (NAICS) Sector 23, Construction, with a small business size standard of $33.5 million. The successful contractor will be required to furnish all materials, equipment, estimating software, personnel, and all else necessary to design, manage, and accomplish individual construction projects. Typically, the contractor will be required to provide submission and negotiation of a minimum design and a cost proposal for each project. Work may be performed at Nellis Air Force Base (AFB); Creech AFB; the Tonopah Test Range (TTR); and/or other related sites within Nevada. Although still under consideration, the maximum contract amount is expected to be between $20 Million and $45 Million and at least one (1) contract will be awarded. The contract term will be for an initial one year period with an additional, potential four (4) one-year option periods. Prime contractors must be capable of securing bonding in the amount of at least $5,000,000 and potentially as much as $16,000,000 during a one year period. Request interested firms respond to this notice and provide the following: (a) Firm's INFORMATION [name, address, phone number, CAGE code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor]; (c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant construction experience with a primary focus on IDIQ type contracts and simultaneous performance of multiple projects at different locations and include a summary of relevant (multiple trade, multiple task order, construction projects), and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) BONDING CAPABILITY on individual projects and aggregate requirements; and (f) PERCENT OF WORK the firm can commit to accomplishing construction with in-house (not subcontracted) labor. Interested Contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail for a decision to be made based on the criteria previously mentioned. Reponses shall be limited to six (6) pages. It is imperative that firms provide the required information for capabilities to be accurately evaluated. Failure to submit all information requested shall result in a contractor being considered "NOT INTERESTED" in this requirement. The government reserves the right to set this acquisition aside for small business, 8(a), HubZone small business, or Service-Disabled Veteran-Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside this acquisition or solicit on an unrestricted basis, it will be posted on this website. This request for information (RFI) notice is issued for planning purposes. This is not a Request for Proposal (RFP). Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-10-R-A300/listing.html)
 
Place of Performance
Address: Nellis AFB, Nevada, 89191-7063, United States
Zip Code: 89191-7063
 
Record
SN01996713-W 20091105/091103234449-b9160adb3a17dd2528913ebffbb00114 (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 |
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.