Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOLICITATION NOTICE

J -- CE Facility and Equipment Support to Intelligence and Research and Development Activities

Notice Date
3/9/2010
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-R-0038
 
Point of Contact
Robin J. Tipton, Phone: 937-522-4630, Jacqueline M Davis, Phone: 937-522-4589
 
E-Mail Address
robin.tipton2@wpafb.af.mil, jacqueline.davis@wpafb.af.mil
(robin.tipton2@wpafb.af.mil, jacqueline.davis@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
TYPE OF ANNOUNCEMENT: Presolicitation Notice for Solicitation FA8601-10-R-0038 NOTE: A sources sought for this requirement was originally posted to the Federal Business Opportunities (FedBizOps) website under solicitation number FA8601-09-R-0012. The solicitation number has been changed to FA8601-10-R-0038. All further information regarding this requirement will be posted under FA8601-10-R-0038. This is a Presolicitation Notice regarding Civil Engineer Facility and Equipment Support to Intelligence and Research and Development Activities to be performed at various locations at Wright-Patterson Air Force Base (WPAFB). The Government is in no way obligated to do business with or to enter into any form of contractual relationship with any person, firm or entity that receives this announcement, submits inquiries pursuant to this announcement or otherwise responds to this announcement. The Government anticipates issuing a request for proposals (RFP) approximately 30 April 2010, to include detailed information on competition, sub-contracting, source selection, evaluation factors, etc., as applicable. Should an RFP be issued, it will be issued electronically under this announcement number on the FedBizOps website. All prospective contractors must be registered in the Contractor Registration (CCR) database in order to be eligible for award. Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. In addition, it is anticipated that a preaward clearance will be required to ensure no contract is entered into with a person who has been found ineligible by the Deputy Assistant Secretary of Labor for reasons of noncompliance with the requirements of Executive Order 11246 concerning Equal Opportunity. In an effort to speed up the award process when the time comes, all interested parties are requested to verify that their companies have been found to be "In Compliance" with the Equal Employment Opportunity (EEO) regulations by the Office of Federal Contract Compliance Programs (OFCCP) office within the last two years. This can be verified by accessing the OFCCP National Preaward Registry at http://www.dol-esa.gov/preaward/. EXISTING CONTRACT INFORMATION: These services are currently provided under contract FA8601-05-D-0002, which expires 30 June 2010. A bridge effort is currently underway to extend the period of performance through 31 December 2010. The North American Industry Classification System (NAICS) code is 561210. The estimated value of the current contract ( including its 1-year base period, 4, 1-year option periods plus the current 6-month extension period) is $49,007,226.45. The contract is 100% time and materials (T&M) and was awarded as a 100% small business set-aside. Services fall into the categories of construction and maintenance services. The construction portion involves the installation, modification, and repair of various facilities and equipment. The maintenance portion provides for recurring preventative maintenance, repair, replacement, installation of equipment and mechanical rooms, and provides water treatment and analysis. Additional information regarding the current contract is posted at the WPAFB Freedom of Information Act (FOIA) Reading Room, http://www.wpafb.af.mil/library/factsheets/factsheet.asp?id=6680. DESCRIPTION OF REQUIRMENT: It is anticipated that the contemplated requirement will again be a 100% small business set-aside with a 1-year base period and 4, 1-year options. It is anticipated that the period of performance will begin 1 January 2011 with a 30-day orientation period beginning 1 December 2010. The NAICS code remains 561210 with a business size standard of $35.5 Million. Beyond that, we expect the contemplated contract to change significantly from the current version. The Construction portion is being deleted in its entirety from the requirement with only the preventative maintenance and repair/replacement portion remaining. The contract type will be changing from 100% T&M to primarily Firm Fixed Price (FFP) with only those repair/replacement tasks estimated under $10,000.00 to remain T&M. All preventative maintenance (to include all required materials) will be FFP. All repair/replacement tasks exceeding $10,000.00 will be negotiated as FFP tasks. All other materials/parts, equipment rental and subcontracted services will be FFP in accordance with (IAW) a pre-priced parts list or a government-approved contractor purchasing plan for items not included on the pre-priced parts list. These services are required to support of the mission of the 88th Air Base Wing (ABW) Civil Engineering (CE) Directorate and their customers. The primary end users of this contract will be the Air Force Research Laboratory's (AFRL's) Sensors, Air Vehicles, Materials, Propulsion and Human Performance Directorates, Air Force Institute of Technology (AFIT) and the National Air and Space Intelligence Center (NASIC) all located at Wright-Patterson Air Force Base (WPAFB), Ohio. There are other smaller users also located at WPAFB. Other new users may be added with approval of the Contracting Officer. The contractor will be required to provide the labor, materials, tools, equipment, and specialized subcontractor services for the maintenance, repair and replacement of CE-owned real property to include facility heating, ventilation, air conditioning and electrical systems. The contractor will also provide the labor, materials, tools, equipment, and specialized subcontractor services for the maintenance, repair and replacement of end user's specialized laboratory equipment requiring like labor trades. The contractor will be required to purchase all materials, manage a workforce that fluctuates with the workload and provide technical support for complex and unique systems. There are currently approximately 6,000 pieces of equipment on the equipment list associated with this requirement. The list is dynamic and changes constantly. A site visit will be scheduled. Deadline information to inform us of your attendance as well as site visit location and time will be listed in the RFP. UPDATES/CHANGES: Should you wish to receive notices of updates/changes regarding this announcement; click the "Add to Watch List" button at the bottom of this page and follow the registration instructions. If you do not register, it is your responsibility to periodically review this web site for any updates/changes associated with this announcement to include cancellation, notice of amendments, updates or changes to the solicitation. No hard copies will be mailed or emailed. POINT OF CONTACT: Contract Specialist, Robin J. Tipton, robin.tipton2@wpafb.af.mil, (937) 522-4630. All correspondence sent via e-mail must contain a subject line that reads "FA8601-10-R-0038, CE SUPPORT." E-mail filters at WPAFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the WPAFB e-mail filters. Ensure only.pdf,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments. You may also fax correspondence to (937) 257-1412. Please notify the Contract Specialist via telephone or e-mail of any documents faxed to this number. If not using e-mail of fax, send correspondence regarding this announcement to: 88 CONS/PKBA ATTN: Robin J. Tipton 1940 Allbrook Drive, Ste 3, Room 109 Wright-Patterson AFB OH 45433-5309 Please include in all correspondence a reference to "FA8601-10-R-0038, CE SUPPORT."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-R-0038/listing.html)
 
Place of Performance
Address: Various Facilities at Wright-Patterson AFB, OH, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02086547-W 20100311/100309234554-d07f8a9e63e1dd0ce350d1251b6ba461 (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.