Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2020 SAM #6615
SOURCES SOUGHT

99 -- TAFB Multiple Award Roofing Contract (MARC)

Notice Date
1/7/2020 9:06:25 AM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
FA8137 AFSC PZIOC TINKER AFB OK 73145 USA
 
ZIP Code
73145
 
Solicitation Number
FA8137-TAFB-MARC
 
Response Due
2/12/2020 11:00:00 AM
 
Archive Date
02/27/2020
 
Point of Contact
Stephen Palmer
 
E-Mail Address
stephen.palmer@us.af.mil
(stephen.palmer@us.af.mil)
 
Description
TAFB Multiple Award Roofing Contract (MARC) IDIQ � 07 January 2020 THERE IS NO SOLICITATION AVAILABLE AT THIS TIME REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE This Sources Sought Synopsis (SSS)/Request for Information (RFI) Market Research is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the qualification requirements of the Multiple Award Roofing Contract (MARC) Indefinite Delivery / Indefinite Quantity (IDIQ) contract action for use by Tinker Air Force Base (AFB).�� While industry sources are requested to provide full and comprehensive responses to this questionnaire, they are reminded that all information is voluntary and the Government will not reimburse sources in any way for responses provided. Likewise, a company�s participation in the market research via this questionnaire does not obligate the Government to enter into any contractual agreement, either formally or informally with a company. Below is a description of the TAFB MARC IDIQ requirement, Draft MARC Statement of Work (SOW) and a Contractor Capability Survey, which allows you to provide your company�s capability.� If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements.� As part of this Market Research a draft Statement of Work (SOW) for the MARC is attached.� Questions relative to this market research should be addressed to Stephen N. Palmer by email at stephen.palmer@us.af.mil. � TAFB MARC IDIQ DESCRIPTION � The following North American Industry Classification System (NAICS) code applies to this request of information: 238160 (Roofing Contractors). The size standard for this NAICS code is $16,500,000.00. The description of work will be identified in each individual�Delivery order. Performance and payment bonds will be required per individual�Delivery order in accordance with Federal Acquisition Regulation Part 29. The proposed delivery order would consist of a multiple line item, firm-fixed-price, indefinite-delivery, indefinite-quantity vehicle to execute a broad range of roofing projects. Contractor will be required to furnish all materials, equipment, transportation, and personnel necessary to manage and accomplish projects. In general, contractors would be expected to accomplish a wide variety of tasks in the industry trade including, but not limited to: repair and/or replacement of base roofing at TAFB. The contractor�s shall be expected to respond have the capability to respond to several Request for Proposals (RFP) in a short period of time and manage several construction projects simultaneously. Should a future requirement evolve from this preliminary planning process, it is anticipated that that a multiple award IDIQ contracts or a single award IDIQ could be awarded, each for a term consisting of one base year plus nine one-year option periods.�Delivery Orders written against the MARC are anticipated to range between $3,000.00 and $5,000,000.00. The overall program value is still under consideration; however, at this point the magnitude of construction is between �$100,000,000.00 to $250,000,000.00 over the ten-year period. All interested parties are invited to respond and must be currently registered in the System for Award Management (SAM) database (http://www.sam.gov/). The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. CONTRACTOR CAPABILITY SURVEY Contractor Capability Statements shall be limited to five (5) pages, Times New Roman and 12 Font. �At a minimum capability statement shall state skills, experience, and knowledge required to perform this type of work. Include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, email address, CAGE Code, and DUNS Number. 2. Company�s business size and/or socioeconomic statuses (i.e. Large Business, Small Business, Emerging Small Business, SBA Certified 8A Program Participant, SBA Certified HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Veteran Owned Business, Woman-Owned Business). 3. A listing of any government contracts held over the last three (3) years and at least two (2) roofing construction contracts.� Include the Contract Number, Period of Performance, Dollar Value of Project, Location of Project and if the project was completed on time and on cost. 4. Company�s bonding capacity; single award capacity and an aggregate bonding capacity. 5. If you are a small business, would you consider submitting a proposal as a prime contractor? 6. What percentage of most roofing projects would you have to sub-contract out or is your company self-sufficient in performing roofing requirements? 7. What is the minimum and maximum dollar value project for which your firm would consider submitting a proposal? 8. What are the most critical criteria that would distinguish one company�s capabilities from another?���� Explain. 9. Do you have any other comments or suggestions that you would like to share with us? 10. Reference the draft SOW. ���� a) Does your company consider that the information in each document is clear and concise regarding the duties and responsibilities that the Government expects the contractor to perform?�� If not, please identify the information that is needed or that requires additional detail and/or clarification. ���� b) Did your company identify any areas in the specifications that presented excessive cost, schedule, or performance risks?� If so, please provide detailed information and suggested mitigation. CONTRACT TYPE AND COMPETITION TAFB Construction Program Office is contemplating a firm fixed price (FFP) contract type for each delivery order.� Projected Period of performance (POP) for each project will vary. The Air Force is also contemplating IAW FAR Part 6.1 Full and Open Competition unless Market Research otherwise determines and exclusion to FAR Part 6.1.� A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. � ATTACHMENT(S) Draft MARC IDIQ Roof SOW_r1_as of 20200107 xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx This is NOT a formal notice of solicitation. Telephone or facsimile inquiries and/or responses will not be accepted. Any questions or request for information must be sent to the Contracting Officer POC email below not later than 24 January 2020. �All responses to any questions to this SSS/RFI will be posted on Contract Opportunities Website (www.beta.SAM.gov) in order that all potential sources have the same information available to them. If your firm has an interest in proposing on future requirements as described above, please prepare and mail hard two (2) hard copies of your Capability Statement Survey not later than 12 February 2020 to: CONTRACTING OFFICE POC Name: Stephen N. Palmer Title: Contracting Officer Office: AFSC / PZIOC Email: stephen.palmer@us.af.mil ""Notice to Offeror(s)/Supplier(s): Funds are not available for this effort. No award will be made under this Sources Sought/ RFI. The Government reserves the right to cancel this Sources Sought/ RFI, either before or after the closing date. In the event the Government cancels this Sources Sought/RFI, before or after the closing date the Government has no obligation to reimburse an offeror for any costs."" Any future solicitation, including specifications and/or drawings, will be made available only on the Contract Opportunities Website (www.beta.SAM.gov).� Interested Parties are solely responsible for monitoring the aforementioned website for release of a solicitation package and/or any updates and/or amendments.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/878026898d41422a94614f33690d6411/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN05528781-F 20200109/200107230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.