SOURCES SOUGHT
Z -- JOINT BASE CHARLESTON SABER IDIQ
- Notice Date
- 12/15/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA4418-11-R-0003
- Point of Contact
- Ralph Barbro, Phone: (843) 963-5180, Barbara A. Powell, Phone: (843) 963-5856
- E-Mail Address
-
ralph.barbro@charleston.af.mil, Barbara.powell.5@Charleston.af.mil
(ralph.barbro@charleston.af.mil, Barbara.powell.5@Charleston.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: FA4418-11-R-0003 Notice Type: Sources Sought Synopsis: 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 competitive 100% set aside for 8(a), HUBZone, or Service Disabled Veteran Owned (SDVOSB) concerns. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. Interested 8(a), SDVOSB and HUBZone concerns should indicate interest to the Contracting Officer, in writing as early as possible, but no later than 21 January 2011. 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. 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 $10k and $750k. Work to be performed will be within the North American Industry Classification System (NAICS) Code 236220 and the small business standard of $33.5 million, however all construction NAICS under 236, 237, and 238 also may be utilized. During the contracting period, Base Civil Engineering will identify construction tasks required for each specific job and Contracting will negotiate and issue individual task orders to the contractor for those jobs. The successful contractor will be required to furnish all labor, tools, materials, equipment, estimating software, supervision, personnel, and all else necessary to design, manage, and accomplish individual construction projects. The projects will include tasks in a variety of trades, including but not limited to, carpentry, roofing, excavation, interior electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete, masonry, and welding. All of the work will be performed at Joint Base Charleston, Charleston AFB (which includes but not limited to North Auxiliary Airfield (NAAF), North, SC) and Joint Base Charleston, NWS (which includes but not limited to NPTU, CONSOLIDATED BRIG, NNPTC, SPAWAR, ASLAC AND SHORT STAY NAVAL RECREATION AREA). The maximum contract amount is Not-To-Exceed $50 Million over a five year period that will consist of one base year and four option years. The guaranteed minimum is for the base year only and will be approximately $150 thousand. Prime contractors must be capable of securing bonding in the amount of at least $10 million and potentially as much as $20 million during a one-year period. If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to Ralph J. Barbro and Barbara Powell via mail addressed to 628 CONS, 101 E. Hill Blvd, Charleston AFB, SC 29404-5021 or fax to (843) 963-2829, or email to ralph.barbro@us.af.mil or Barbara.Powell.5@us.af.mil, not later than 2:00 PM EST, 21 January 2011. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (843) 963-5171 or (843) 963-4525 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Request interested firms respond to this notice and include the following in their Capability Statement: (a) Firm's INFORMATION [name, address, phone number, CAGE Code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor]; (c) STATUS [e.g., (8a), 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) INDUSTRY STANDARDS [Interested contractors must demonstrate a history of relevant construction experience with the following standards or codes: Base Facility Design Standard, Base Architectural Compatibility Standard, National Electric Code, National Electric Safety Code (ANSI C2), National Fire Protection Association (NFPA 101) Safety Code, International Building Code, International Mechanical Code, International Plumbing Code, Uniform Federal Accessibility Standard (USAS), Americans with Disabilities Act Accessibility Guidelines (ADAAG), Uniform Facilities Criteria (UFC). (f) BONDING CAPABILITY on individual projects and aggregate requirements; (g) PERCENT OF WORK the firm can commit to accomplishing construction with in-house (no subcontracted) labor. Interested contractors must provide the above information to the points of contact listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages. The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the 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 only. 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. Contracting Office Address: 628 Contracting Squadron 101 E. Hill Blvd Charleston AFB, SC 29404-5021 Place of Performance: 628 Contracting Squadron 101 E. Hill Blvd Charleston AFB, SC 29404-5021
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-11-R-0003/listing.html)
- Place of Performance
- Address: Joint Base Charleston, 628 Contracting Squadron, 101 E. Hill Blvd, Charleston, South Carolina, 29404-5021, United States
- Zip Code: 29404-5021
- Zip Code: 29404-5021
- Record
- SN02344637-W 20101217/101215234154-ddae8829efffde4a61bd45b7048aa496 (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 |