Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2023 SAM #7969
SOURCES SOUGHT

Y -- 8(a) IDIQs for Guam Typhoon Repair and Rebuild

Notice Date
9/20/2023 7:01:20 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA8903 772 ESS PK JBSA LACKLAND TX 78236-9861 USA
 
ZIP Code
78236-9861
 
Solicitation Number
FA8903-GUAM8AIDIQS
 
Response Due
9/27/2023 3:00:00 PM
 
Archive Date
10/12/2023
 
Point of Contact
Brindle Summers, Phone: 619-379-9965, Andrea Holt-Roysdon
 
E-Mail Address
brindle.summers@us.af.mil, andrea.holt-roysdon@us.af.mil
(brindle.summers@us.af.mil, andrea.holt-roysdon@us.af.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
FA8903-GUAM8AIDIQS SATOCS for Design-Build Facility Repair and Construction for Andersen AFB Facilities & Infrastructure Due to damage to facilities and infrastructure resulting from Typhoon Mawar, the Air Force Installation Contracting Center (AFICC)/772nd Enterprise Sourcing Squadron (ESS) and Air Force Civil Engineer Center (AFCEC), is seeking availability of 8(a) �Alaska Native Corporation, Indian Tribe, Native Hawaiian Organization, or Community Development Corporation firms (hereinafter referred to as �Native firms�) that have experience providing design-build repair and construction for various facilities and infrastructure throughout Andersen AFB, and/or Naval Base Guam. This sources sought shall not be construed as a formal solicitation or as an obligation on the part of the Government to acquire any products or services. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and provided at no cost to the Government. This sources sought will not result in a competitive action. Any literature received from this sources sought will aid the Air Force in identifying Native firms by which to sole source basic IDIQ contracts. Task Orders will be negotiated individually by Air Force Contracting Officers for specific projects. AFICC/772 ESS intends to solicit and award up to three Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contracts (SATOC) with a ceiling of $100M each, to 8(a) Native Firms with the experience and ability to manage design-build construction and repair services, and who also have extensive experience and a strong presence in Guam. While projects may be of any value, design-build projects will typically range from $500,000 to $3,000,000. �Task Orders may include award of an initial assessment/design phase to aid the Air Force in identifying repair needs, with follow-on modifications negotiated for the repair portion. The Air Force intends to negotiate a �Project Management Markup� on the basic contract, inclusive of Project Management and other Home Office Overhead personnel effort required, plus bond, profit, etc. This markup would be a percentage applied to the Direct Costs negotiated at the Task Order level, to streamline the proposal preparation, evaluation, and negotiation process (I.e. no need to propose or negotiate hours each time for a PM, Scheduler, Admin Assistant, Contract Manager, etc). A labor rate for field personnel (Superintendent, Quality Control Manager, and Safety Manager) will be negotiated at the base contract with negotiated hours applied as a direct cost at the Task Order level. The anticipated ordering period is a base period of five years. The total capacity/contract ceiling of each contract is expected to be $100,000,000. The NAICS code for this work is 236220 - Commercial and Institutional Building Construction with a size standard of $45 million. DESCRIPTION OF WORK: �This requirement will support design-build construction for projects primarily involved in restoration, renovation, sustainment, and/or modernization (FSRM) of Air Force facilities and infrastructure damaged by Typhoon Mawar. Project requirements will include facility sustainment, repair, modernization, demolition, and upgraded resiliency to existing facilities and infrastructure on Guam, primarily Andersen AFB.� These projects may include Furniture, Fixtures, equipment (FF&E), temporary facilities, and phasing. The projects may include alterations or additions to pavement or physical building access, including but not limited to parking, fencing, sidewalks, access roads, driveways.� Scope of work may include design of landscaping, site drainage, utilities repair and installation, or other repairs needed to provide a complete and useable facility.� SMALL BUSINESS:� The Government intends to award to 8(a) Alaska Native Corporation, Indian Tribe, Native Hawaiian Organization, or Community Development Corporation firms.� Responses to this sources sought will help the Government to determine if targeting these 8(a) Native firms �is appropriate for these SATOCs.� Therefore, AFICC/772 ESS is seeking input from industry to assist in establishing the most logical acquisition strategy. The Air Force intends to award to construction firms that serve as General Contractors, without self-performance trades capabilities. This is to ensure streamlined processes are in place to award Task Orders, such that all trades work is competed among sub-contractors, rather than proposing to self-perform trades that result in a more lengthy negotiation process, requiring submission, evaluation, and negotiation of labor hours, labor rates, materials, equipment, etc. Instead, the AF intends for the Prime Contractor to solicit the trades work required in each task order to sub-contractors qualified for each specific task element to maximize competition at the sub-contract level and streamline the task order award process. Note that FAR 52.219-14 Limitations in Subcontracting will apply and Prime Contractors shall not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. RESPONSE TO SOURCES SOUGHT 8(a) Alaska Native Corporation, Indian Tribe, Native Hawaiian Organization, or Community Development Corporations experienced with Design-Build construction contracts on military installations and on the island of Guam are requested to provide the following information: ANDERSEN AND/OR NAVEL BASE GUAM EXPERIENCE: Describe your firm�s experience performing design-build construction on Andersen AFB and/or Naval Base Guam within the last 10 years. * Do not exceed 3 pages, 12 font, single spaced in either Microsoft Word or Adobe Acrobat. * Identify your Firm�s Name, Address, Cage Code, UEI, Point of Contact Information, Small Business and Socio-Economic Business Type, and your Single and Aggregate Bonding Capacity. * Describe the projects. The Air Force is most interested in your firm�s recent (within the last 10 years) and relevant experience, with relevancy defined as completing a variety of different construction types/trades, at a variety of project sizes, for design-build repairs at Andersen AFB or Naval Base Guam. * In particular, highlight any experience completing typhoon (wind, rain, windborne debris damage) repair projects such as roofs, exterior doors and windows, repairs and replacements of HVAC systems, repair of exterior structures such as walls, fences, and gates, repair of facility interiors including grid ceilings, drywall partition walls, and flooring, lightning protection systems, exterior lights, fire alarm systems, and protective coatings. � * Additionally, in the event that materials and equipment will need to be shipped to Guam to complete a task order, please identify your methods and resources available to accomplish this effort. * Also identify sub-contracting/trades resources you have worked with that may come from a resource outside of Guam. As the island is currently saturated with ongoing construction, the Air Force is interested in resource options that may be available and feasible from off the island.� * Please also idrentify any relationships your firm may have with Architect-Engineering firms that also have experience in Guam. Briefly describe that AE firms' efforts at Guam. * Please also comment on your thoughts and willingness to negotiate a �Project Management Markup� and any thoughts you may have (or not) on the Air Force�s desire to compete subs rather than self-perform. Request responses be provided no later than 27 Sep 5:00 PM CT and forwarded to Contracting Officers Brindle Summers at brindle.summers@us.af.mil and Haley Hogue at haley.hogue.1@us.af.mil �and Contract Specialists Andrea Holt-Roysdon at andrea.holt-roysdon@us.af.mil and Capt Sean Conroy at sean.conroy.1@us.af.mil .� Please request a delivery and read receipt with e-mail submission.� If you do not receive an e-mail confirmation within three (3) business days, please contact the Contracting Officer and/or the Contract Specialist.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/035f03ce389b4e3fa2bfc6033a94e341/view)
 
Place of Performance
Address: GU, USA
Country: USA
 
Record
SN06839566-F 20230922/230920230809 (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.