SOURCES SOUGHT
Z -- USVF General Construction BOAs
- Notice Date
- 10/20/2020 5:39:27 AM
- Notice Type
- Sources Sought
- NAICS
- 236
—
- Contracting Office
- FA5587 48 CONS APO AE 09461-5120 USA
- ZIP Code
- 09461-5120
- Solicitation Number
- FA558720RXXXX
- Response Due
- 11/20/2020 8:00:00 AM
- Archive Date
- 12/05/2020
- Point of Contact
- Alex Kephart, Phone: 441638522394
- E-Mail Address
-
alex.kephart@us.af.mil
(alex.kephart@us.af.mil)
- Description
- The 48th Contracting Squadron, RAF Lakenheath, currently has several basic ordering agreements (BOAs) in place for general construction, finishing (painting), and flooring. This is a sources sought notice for purposes of onboarding/establishing additional basic ordering agreements (BOAs) with interested capable contractors. This notice is a request for information (RFI) to provide data for planning purposes only and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the services contained in this Sources Sought. Response to this RFI is strictly voluntary. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This RFI constitutes a market research tool for the collection and analysis of information to determine capabilities and capacity of interested contractors. THIS IS A SOURCES SOUGHT NOTICE ONLY. A SOLICITATION OR DRAWINGS ARE NOT AVAILABLE AT THIS TIME. SCOPE OF REQUIREMENT The 48th Contracting Squadron, RAF Lakenheath, has a continuing need for establishment BOAs for Non-Complex Construction projects at locations including but not limited to RAF Mildenhall, RAF Lakenheath, RAF Feltwell, RAF Molesworth, RAF Alconbury, RAF Fairford, RAF Croughton, RAF Welford, RAF Caversfield, RAF Barford St John, RAF Sculthorpe and RAF Blenheim Crescent. The Government is seeking to identify qualified, experienced, and interested potential businesses capable of performing the type of work as described herein. The BOA provides a vehicle for execution of a broad range of non-complex maintenance, repair, and minor construction performed under a minor design/build and/or bid/build process. For the purpose of this Sources Sought, the work to be performed under the BOA will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 - Construction, Subsection 236 - Construction of Buildings, Subsection 237 - Highway, Heavy and Civil Engineering Construction. Contractors will be expected to accomplish a wide variety of individual construction projects, renovation, and additions/upgrades, along with specific work in hazardous material survey/abatement, heating/ventilation/air conditioning, electrical, mechanical, and other major trades. Description of the work will be identified in each individual task order. Individual task orders value may range from $2,000 to $500,000. TYPES OF CONTRACTS All Task Orders will be Firm-Fixed-Price SUBMISSIONS/RESPONSES If your firm has an interest in proposing on a future requirement as described above, please prepare a Capability Statement with details as follows: 1. Company name, address, point of contact (POC), telephone, email address of POC, CAGE Code, DUNS number. 2. Company's business size, to include the number of employees, number of years in the construction industry. 3. Potential teaming arrangements and delineation between the work that will be accomplished by the prime and the work accomplished by the teaming partner(s). Note: For general and heavy construction 15% of the cost of the contract, not including the cost of materials, must be performed by the prime contractor with its own employees. 4. Representation of ability to execute a broad range of maintenance, repair, and construction of real property (i.e. carpentry, excavation, interior renovation, exterior renovation, mechanical, electrical, fire systems, HVAC, plumbing, painting, paving, roofing, demolition, masonry and hazardous material survey/abatement) from an on-the-shelf design, or a minor design provided in-house or through subcontract designers. 5. Surge capability to provide significant increase in support (e.g. rapidly identify, employ and equip resources) in the event of a government End of Fiscal Year (EOFY) or Economic surge in number, size or complexity of projects. 6. Past/Current performance for projects within the last 3 years where your firm was the Prime Contractor, to include: a. Contract identification number(s) b. Title and a brief summary of the project requirements c. Contracting Agency or firm (Government or commercial) d. Value of contracts at award and completion to include the number/value of modifications e. Type of contract (fixed price, cost reimbursement, labor hour, etc.) f. Minor Design-Build or Bid-Build (looking for representation of each) g. Percentage of work done as the Prime Contractor 7. Largest multi-trade project your company has successfully completed, to include value, name and location of client, date completed, and whether the project was renovation or new construction. GOVERNMENT EVALUATION/REVIEW OF CONTRACTOR RESPONSES The Government will review contractor responses to this notice to determine capability and capacity. Once determined a contractor has the capability and capacity, a responsibility determination will be conducted in accordance with FAR 9.104-1. For purposes of determining a contractor eligible to receive a BOA, the Government reserves the right to discuss past/present projects, quality of performance, and any of the general standards for responsibility outlined in FAR 9.104-1. A contractor must be determined responsible to be eligible for receipt of a BOA. SUBMITTAL INSTRUCTIONS: All interested parties shall submit electronic packages, limited to no more than 10 pages, to alex.kephart@us.af.mil and mahbubul.soeb@us.af.mil.�� This Source Sought will CLOSE 20 November 2020 at 4:00 PM, BST. Attachment (3): 1. Statement of Work, dated 20 October 2020 2. RAF Lakenheath Base Standards 3. RAF Mildenhall Base Standards
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fc8a30cf039a4e56b0e742c48b56240f/view)
- Place of Performance
- Address: Various USVF RAF Installations 09464, GBR
- Zip Code: 09464
- Country: GBR
- Zip Code: 09464
- Record
- SN05833847-F 20201022/201020230151 (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 |