Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2014 FBO #4779
MODIFICATION

Z -- Barksdale Base Pavements IDIQ

Notice Date
12/23/2014
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-15-R-0004
 
Archive Date
12/13/2014
 
Point of Contact
Jeffery D. Hairston, Phone: 3184566943, Marla Poirier, Phone: 318-456-6833
 
E-Mail Address
jeffery.hairston@us.af.mil, marla.poirier@us.af.mil
(jeffery.hairston@us.af.mil, marla.poirier@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A PRE-SOLICITATION NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL. This notice is posted in accordance with FAR 5.2 and 36.213-2 The 2nd Contracting Squadron at Barksdale AFB, Bossier City LA will solicit for a Base Paving Indefinite Delivery Indefinite Quantity (IDIQ) contract at Barksdale AFB LA. During the contract period, Base Civil Engineers will identify construction tasks and the Contracting Officer will negotiate and issue task orders. The work consists of furnishing all labor, equipment, materials, transportation, supervision and testing to accomplish repair and replacement of streets, parking lots, and driveways, as well as the installation/repair of jogging trails, bike trails, cart paths and sidewalks. This may also include the removal of existing asphalt and base materials and replacement with new. Other work will include pavement marking, excavation, backfill, concrete curb, gutter, drainage, structures, seeding/sod, surveying and staking. The IDIQ will have a minimum value of $2,000.00 and Not-to-Exceed value of $12,000,000.00 over a five year period (Base year plus four (4) option years). The applicable NAICS Code for this acquisition is 237310 and the Size Standard is $36,500,000.00. SPECIAL REQUIREMENT/CONCERNS: This contract will be a firm-fixed price indefinite delivery/indefinite quantity (IDIQ) type for construction efforts. The period of performance will be one (1) base-year followed by four (4) one-year option periods. This requirement is a competitive 100% small business set-aside. In order to be eligible for a contract award, Offerors must be registered in the System for Award Management (SAM). Registration can be accomplished via the SAM website at https://www.sam.gov/portal/SAM. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced Offeror. Evaluation factors will be set forth in Sections L & M of the solicitation. NOTES: (1) The solicitation and information concerning specifications and drawings will be available on the website on or about 19 Dec 2014, at the www.fbo.gov website. Proposals will be due on or about 23 Jan 2015. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this solicitation. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk of expense of the contractor. (6) In accordance with DFARS 252.209-7993, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. Any questions related to this acquisition must be submitted in writing via email to SSgt Jeffery Hairston at jeffery.hairston@us.af.mil (318-456-6943) or Mrs. Marla Poirier at marla.poirier@us.af.mil (318-456-6833), or by faxing 318-456-2107. Contracting Office Address: 41 Vandenberg Ave Barksdale AFB, LA 71110-2079 United States Place of Performance: Barksdale AFB, 71110-2079 Bossier City, LA United States Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2014-12-22 11:16:56">Dec 22, 2014 11:16 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2014-12-23 16:27:32">Dec 23, 2014 4:27 pm Track Changes 22 December 2014 - Solicitation Documents have been added to this notice 23 December 2014 - Description was updated to correct the Business Size Standard for the NAICS used; From: $33.5M, To: $36.5M
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6663d2e3ca07726dff76a49c46a8b201)
 
Place of Performance
Address: Barksdale AFB, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN03603468-W 20141225/141223234516-6663d2e3ca07726dff76a49c46a8b201 (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.