MODIFICATION
56 -- Enterprise Roof Replacement and Repair - Solicitation 1
- Notice Date
- 1/13/2014
- Notice Type
- Modification/Amendment
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Department of the Air Force, Air Force Installation Contracting (AFICA), Air Force Installation Contracting (AFICA), 1940 Allbrook Dr, Bldg 1, Door 1, Room 300, Cubicle 481, Wright Patterson AFB, Ohio, 45433-5344, United States
- ZIP Code
- 45433-5344
- Solicitation Number
- FA8056-14-R-0001
- Response Due
- 2/26/2014 12:00:00 PM
- Point of Contact
- Luke A. Schultz, Phone: 937-257-2541, JoAnn Parks, Phone: (937)257-5791
- E-Mail Address
-
luke.schultz@wpafb.af.mil, joann.parks@us.af.mil
(luke.schultz@wpafb.af.mil, joann.parks@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FA8056-14-R-0001 Request For Proposal. This document contains the terms and conditions, line items, and all pertinent sections required for proposal submission. Attachment 3 - Roofing Typical & Most Difficult Project Descriptions (Reference). This file is not required to be submitted as part of an offeror's proposal. It is provided as reference to assist offerors in preparing their proposal. Attachment 7 - Roofing Past Performance Questionnaire (Reference). This file is provided for reference for offerors in completing their proposals. It is not required to be submitted. Attachment 6 - Davis Bacon Wage Rates (Reference). This file is provided for reference for offerors in completing their proposals. It is not required to be submitted. Attachment 5 - Roofing CDRL (Reference). This file is provided for reference for offerors in completing their proposals. It is not required to be submitted. Attachment 4 - Roofing Region Map (Reference). This file is provided for reference for offerors in completing their proposals. It is not required to be submitted. Attachment 2 - Roofing Price Matrix. This file is required to be submitted as part of an offeror's proposal package. Attachment 1 - Roofing Management Plan Worksheet. This file is required to be submitted as part of an offeror's proposal package. Attachment A - Proposal Cover Sheet. This sheet is required to be completed and submitted as part of the offeror's proposal package. The U.S. Air Force (USAF) Installation Contracting Agency (AFICA) at Wright Patterson AFB, Ohio, is announcing its intent to solicit proposals under Request For Proposal (RFP) FA8056-14-R-0001. This solicitation will serve to acquire Roof Replacement and Repair for all Active Duty USAF Installations within the Contiguous United States (CONUS), including facilities managed under Joint Basing agreements where the USAF is the lead agent. The North American Industry Classification System Code (NAICS) for this solicitation is 238160, Roofing Contractors. The business size standard in dollars is $14M. This acquisition is a total small business set-aside with awards carved out for 8(a) firms. The Government anticipates awarding Regional Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. These regions include the following facilities, which may include various ranges. West: California (Beale AFB, Edwards AFB, Los Angeles AFB, Travis AFB, Vandenberg AFB), Colorado (Buckley AFB, Cheyenne Mountain AFS, Peterson AFB, Schriever AFB, United States Air Force Academy), Idaho (Mountain Home AFB), Montana (Malmstrom AFB), Nevada (Creech AFB, Nellis AFB, Tonopah Test Range), Utah (Hill AFB & Test Ranges), Washington (Fairchild AFB), and Wyoming (F.E. Warren AFB). Midwest: Illinois (Scott AFB), Kansas (McConnell AFB), Missouri (Whiteman AFB), Nebraska (Offutt AFB), North Dakota (Cavalier AFS, Grand Forks AFB, and Minot AFB), and South Dakota (Ellsworth AFB). Northeast: Delaware (Dover AFB), Maryland (Joint Base Andrews), Massachusetts (Cape Cod AFS and Hanscom AFB), New Hampshire, (New Boston AFS), New Jersey (Joint Base McGuire), New York (Rome Labs), Ohio (Wright-Patterson AFB), and Virginia (Joint Base Langley). Southwest: Arizona (Davis-Monthan AFB, Luke AFB & Ranges), New Mexico (Cannon AFB, Holloman AFB and Kirtland AFB), Oklahoma (Altus AFB, Tinker AFB and Vance AFB), and Texas (Dyess AFB, Goodfellow AFB, Joint Base San Antonio (includes Lackland AFB, Randolph AFB and Fort Sam Houston) Laughlin AFB and Sheppard AFB). Southeast: Alabama (Maxwell-Gunter AFB), Arkansas (Little Rock AFB), Florida (Avon Park AFR, Cape Canaveral AFS, Eglin AFB, Hurlburt AFB, MacDill AFB, Patrick AFB, and Tyndall AFB), Georgia (Moody AFB and Robins AFB), Louisiana (Barksdale AFB), Mississippi (Columbus AFB and Kessler AFB), North Carolina (Seymour-Johnson AFB), South Carolina (Joint Base Charleston and Shaw AFB & Ranges) and Tennessee (Arnold AFB). Offerors may propose and win IDIQ Contracts in a maximum of two (2) regions, and should expect to submit separate, complete proposals for each region. The contract awards will be for one (1) base year and up to four (4) option years. The USAF intends to award a target of thirty-two (32) multiple-award IDIQ contracts which will be divided between the five (5) geographic regions. The total contract value is approximately $220M with a ceiling of approximately $325M. Twenty four (24) contractors will receive Effective Awards and be immediately available to compete for task orders. A target of eight (8) additional contractors will receive On-Ramp Awards and be eligible to compete for task orders if the USAF determines that additional capacity is needed in any of the five geographic regions. Please note that there have been several changes since the Draft RFP release in April 2013. These changes include but are not limited to: • Removed requirement for state licensing as part of the technical proposal since not all U.S. states levy this requirement • Removed requirement for the 5 year bonded general contractor construction warranty for roof replacement projects • Added a Contractor Data Requirements List (CDRL) item for annual reporting • Deleted the Technical_Proposal_Narrative_Attachment.docx to simplify proposal submittals • Added contract clauses to allow bases to further set-aside task order projects All potential offerors should carefully review the instructions in Section L as well as the evaluation criteria described in Section M of the Solicitation. AFICA will award contracts in accordance with the evaluation procedures established in the Final RFP. All responsible small business sources may submit a proposal which shall be considered by the Agency. The USAF is not responsible for notifying any interested parties of the solicitation beyond this notice. It is the responsibility of potential offerors to monitor the official government point of entry, www.fbo.gov, for further updates and instructions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/28f2173c7262f83e674601c9ad41d136)
- Place of Performance
- Address: Task order projects may be executed at each active duty, USAF-led facility in the Contiguous United States., United States
- Record
- SN03266712-W 20140115/140114000403-28f2173c7262f83e674601c9ad41d136 (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 |