SOLICITATION NOTICE
Z -- FY 2024 SABER IDIQ Eglin AFB, FL
- Notice Date
- 2/1/2024 9:45:49 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
- ZIP Code
- 32542-5418
- Solicitation Number
- FA2823-24-R-0007
- Response Due
- 2/15/2024 3:00:00 PM
- Archive Date
- 03/01/2024
- Point of Contact
- Karen D. Wagner, Jared Dunn
- E-Mail Address
-
karen.wagner.1@us.af.mil, Jared.Dunn.6@us.af.mil
(karen.wagner.1@us.af.mil, Jared.Dunn.6@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- Eglin Air Force Base (AFB), FL has a requirement for a Simplified Acquisition of Base Engineering Requirements (SABER) contract which is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contact. The contract is for a broad range of maintenance, repair, alterations, minor and new construction work on real property at Eglin AFB and its associated sites in Florida. The work is required in support of the 96th Civil Engineer Group activity headquarters at Eglin AFB, Florida. The contract will be a Firm Fixed-Price Indefinite Delivery-Indefinite Quantity (IDIQ) type contract and will include a wide variety of individual construction tasks as listed in the Unit Price Guide (UPG). During the contract period the 96th Civil Engineering SABER Office, (96 CEG/CENMP) will identify construction projects/tasks required to complete each specific job and AFTC/PZIOC, Eglin AFB FL, will issue individual Task Orders to the Contractor to complete those jobs. The Contractor shall be required to furnish all materials, equipment, and personnel necessary to design, manage, and accomplish the job. The Contractor shall be required to maintain management office(s) on Eglin AFB, Florida in order to receive work requests and to provide other management services related to accomplishing individual projects. The Government will furnish a space on Eglin AFB for the Contractor to set up a temporary office facility. Individual jobs will vary in size with the majority expected to be of a small ($2,000 to $100,000) to medium size ($100,001 to $750,000) with some large projects ranging from $750,001 to $1,000,000. The projects will include tasks in a variety of trades, such as carpentry, road repair, roofing, excavation, interior electrical, exterior electric, steam fitting, plumbing, sheet metal, HVAC, painting, demolition, concrete masonry, welding, etc. Commencement of work shall be specified in each individual Task Order and the performance period shall be negotiated on individual Task Orders. The guaranteed minimum amount is $2,000. The estimated maximum contract amount is $200,000,000.00 including all options, if exercised. This acquisition is a 100% 8(a) Set Aside. Proposals may only be submitted by 8(a) Small Business firms registered in the North American Industrial Classification System Code (NAICS) of 236220. This competitive acquisition will utilize the Tradeoff Source Selection Procedures in accordance with FAR 15.101-1 and 15.3 as supplemented by the DoD Source Selection Procedures referenced in DFARS 215.3 and the AFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a Best Value award decision. The Government intends to evaluate proposals and award contracts without discussions with Offerors (except for clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal should contain the Offeror's best offer. The Government reserves the right to conduct discussions if the Contracting Officer (CO) determines it is in the best interest of the Government. Awarded contract will be for a 12-month base year and four (4) 12-month option periods.� Proposals may be submitted by ALL interested Small Business parties pursuant to the following: At time of award, each business must be registered at https://SAM.gov. The prime Contractor must provide proof of bonding capacity of at least $10M (Single)/$20M (Aggregate) to support the SABER program. To be considered, the Contractor must have a letter from an approved surety, on surety letterhead, that states the Contractor has a relationship with the company and required bonding capacity has been obtained or will be obtained upon award of the SABER contract. Provide proof of bonding capacity with bonding capability letters from an approved surety listed with the Department of Treasury. The list of approved sureties can be found at: http://www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570_a-z.htm Letters must be notarized and signed by someone who can represent the surety. Letters signed by agents are unacceptable unless accompanied by a Power of Attorney granting proper authority to the agent. Proposals are not being requested or accepted at this time.� As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.� No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.� The decision to solicit for a contract shall be solely within the Government�s discretion. The Request for Proposal (RFP) will be available on SAM.gov on or about 16 February 2023. Prospective contractors must be registered in the System for Award Management (SAM) database prior to award of a Government contract. Offerors are further advised that failure to register in the SAM database will render your firm ineligible for award. Registration requires applicants to have a DUNS number; recommend registering immediately in order to be eligible for timely award. The solicitation will be available only via the Internet at the following address: SAM.gov.� For information on how to register your company on SAM.gov, to view or receive updates and notifications to the solicitation, please reference the guides located on the web site home page. NO paper copies of the impending solicitation will be furnished.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f37d8b409c6341eabf22ff08bbb3397a/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN06952295-F 20240203/240201230041 (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 |