Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2010 FBO #2993
SOLICITATION NOTICE

Z -- Military Family Housing Maintenance

Notice Date
2/1/2010
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, North Carolina, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-10-R-0005
 
Point of Contact
Zachary W. Wilcox, Phone: 9197227145
 
E-Mail Address
zachary.wilcox@seymourjohnson.af.mil
(zachary.wilcox@seymourjohnson.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
MILITARY FAMILY HOUSING MAINTENANCE: Requirement consists of repair and maintenance of housing units at Seymour Johnson AFB NC. The contractor shall accept, as is, and maintain between 532 - 898 Military Family Housing units including all new replacement-housing units built throughout the term of the contract. Maintenance will be accomplished in a manner that will ensure the units and/or grounds are properly maintained to achieve a clean, safe, livable environment. Work includes, but is not limited to, maintaining housing units, garages, carports, storage buildings; ensuring timely changes of occupancy maintenance, supplying and managing a service call system, performing appliance inspections/repairs and replacement, recurring maintenance inspections and repairs, grounds and playground equipment maintenance/repairs, operating a housing occupant self-help store and disaster response work. Performance will commence on or about 1 Apr 2010. The contract will include an anticipated base period from 1 Apr 10 - 30 Sep 10, and possibly four (4) subsequent pre-priced six month option periods. The resultant contract will be a firm-fixed price combination requirements/indefinite quantity contract. THE PROPOSED SOLICITATION IS BEING SET-ASIDE TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) CONCERNS. The applicable North American Industry Classification System (NAICS) for this acquisition is 561210, with a three-year average annual small business standard of $35.5M. The successful contractor will be selected using performance/price tradeoff procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. Performance is significantly more important than price. Recent, relevant, past and present performance is defined as performance of the same or similar type of work within the last three years. It is anticipated that the solicitation will be issued electronically on or about 10 Feb 10 via Federal Business Opportunities (FedBizOps) website. To ensure you receive notification of changes to the solicitation you must register on that site. A site visit is anticipated to be held 17 Feb 10 at 9:30 a.m. Only one (1) site visit will be held. Prospective Offerors are requested to inform the contracting office by 4:00 p.m. EST on 15 Feb 10 if planning to attend site visit to ensure access to SJAFB. Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number. Registration may take up to 3 weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan 2005, the Federal Acquisition Regulation (FAR) requires the use on Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to subject solicitation must go the http://www.bpn.gov to add/update its ORCA record.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-10-R-0005/listing.html)
 
Place of Performance
Address: Seymour Johnson AFB, NC Military Family Housing Area, Seymour Johnson AFB, North Carolina, 27531-2459, United States
Zip Code: 27531-2459
 
Record
SN02054747-W 20100203/100201235138-42dde2a5aa5384c4bc4341886054e162 (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.