Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2024 SAM #8103
SOURCES SOUGHT

99 -- Simplified Acquisition of Base Engineering Requirements (SABER) at McConnell AFB, KS

Notice Date
2/1/2024 12:53:05 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4621 22 CONS PK MCCONNELL AFB KS 67221-3702 USA
 
ZIP Code
67221-3702
 
Solicitation Number
FA462124RA022
 
Response Due
2/16/2024 12:00:00 PM
 
Archive Date
03/02/2024
 
Point of Contact
Adrian Arzate, Phone: 316-759-5446, Christina K. Muth, Phone: 3167594526
 
E-Mail Address
adrian.arzate.3@us.af.mil, christina.muth.1@us.af.mil
(adrian.arzate.3@us.af.mil, christina.muth.1@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The 22nd Contracting Squadron (22 CONS) is publicizing this SOURCES SOUGHT NOTICE in order to gather industry information and input with respect to a potential Simplified Acquisition of Base Engineering Requirements (SABER) Contract at McConnell AFB, KS. A SABER is an Indefinite-Delivery/Indefinite Quantity contract that is awarded to a single Contractor. No solicitation is being issued at this time. This is not a Request for Proposal (RFP), or Invitation for Bid (IFB), and shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract. 22 CONS is seeking capabilities from businesses classified as 8(a) small businesses to determine interest in the McConnell SABER program, and to facilitate the competition decision making process. Depending upon the response to this notice and other market research 22 CONS may limit competition to a specific category of small business at the exclusion of all other potential business concerns. Should a future requirement evolve from this preliminary planning process, it is anticipated that a single award contract could be awarded, for a term consisting of one base year plus four 1-year option periods. Task Orders issued under this SABER contract will be firm fixed-price, with the specific value determined within a range. Although the task order values are still under consideration, it is estimated to fall within the range of $2,000 and $500,000. The overall program ceiling is still under consideration; at this point, the estimated magnitude of the contract will be $1M/year with a cap of $5M. The work will consist of a broad range of construction tasks, which could include, but is not limited to: New construction of structures; alteration and repair of buildings, structures, roads, grounds, roofs, runways; specialty construction; utilities including JP-8 fuel systems and miscellaneous services including hazardous material waste removal (i.e. asbestos, lead based paint etc.). Work may also include minimum design up to 35% in-house design capability or ready access to design capability up to this standard for projects under this SABER. Description of work will be identified in each individual task order request for proposal. Request for Information (RFI), the anticipated North American Industrial Classification System (NAICS) code is 236220 / Commercial and Institutional Building Construction, with a size standard of $45,000,000. We request that all interested and qualified firms respond to this sources sought notice with a capability statement similar to your marketing package used in the everyday course of doing business. Oral Communications ARE NOT acceptable in response to this notice. We request interested firms respond to this notice and provide the following information: 1. Company Information (e.g., name, business address, point of contact, telephone number, e-mail address). Also include Unique Entity ID or CAGE Code. 2. Any resulting solicitation for this SABER is anticipated to be set aside for 8(a) small businesses. However, this designation is subject to change based on competition dynamics and the evolving needs of the Government. In your response, please indicate your business's Socio-economic Status (e.g., Small, 8(a), WOSB, VOSB, SDVOSB, HUB Zone, and any associated documentation of such status, certification or approvals). Also include business size in relation to the NAICS code size standard assigned to this acquisition. 3. Summarize how your company is capable and qualified to handle this type of work. 4. Summarize projects that show your capabilities and past performance. The list of relevant projects should include names of project team members and firm, customer or agency and their points of contact (Contracting Officer and Quality Assurance Evaluator/Inspector) with titles, emails and phone numbers, project scope, project value and type of contract. 5. Bonding: provide your bonding capacity per contract and aggregate. 6. In the event that a Contractor Teaming Arrangement is elected, it is on the prime contractor to articulate the specifics of this collaborative effort by providing a comprehensive outline that clearly defines the roles, responsibilities, and contributions of each team member within the teaming arrangement. 7. Identify if you have in-house Architect and Engineering (up to 100%) design capability or ready access to design capability, if you subcontract all Architect/ Engineering design work, if you have state certified Professional Engineers and/or registered Architects on staff, and which disciplines you have the ability to design in-house (i.e., Mechanical, Electrical, Structural, Fire Protection, etc.). 8. Contractors are requested to provide information on their successful execution of like contracts in terms of geographical distance from their home of operations. Please limit submission of your information capability statement and data to ten (10) pages. In addition to above information, we request that prospective offerors fill out Attachment 1, Market Research Contractor Questions. Attachment 1, Market Research Contractor Questions is not counted toward the 10-page limit for the capability statement. The information capability statement and data noted above must be submitted in written format via e-mail to the following addresses: adrian.arzate.3@us.af.mil, christina.muth.1@us.af.mil, and gregor.teague.1@us.af.mil not later than 2:00 PM (CST) on 16 February 2024. The information requested by this notice will be used within the DoD and SBA to facilitate decision making and will not be disclosed outside the agencies. This is a Sources Sought announcement only and is an advance notice for information and acquisition strategy planning purposes only. This Sources Sought notice should not be construed in any manner to be an obligation to issue a contract or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation exists or is currently available. Interested parties are responsible for monitoring the System for Award Management (SAM) website at sam.gov for the release of any solicitation package and/or updates/amendments. To be eligible for award, the successful offeror, if a solicitation is issued, must be registered in the SAM and hold active certifications within the SAM system.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/25d216027fcc4f429eaaa7703fe8de82/view)
 
Place of Performance
Address: McConnell AFB, KS 67221, USA
Zip Code: 67221
Country: USA
 
Record
SN06952954-F 20240203/240201230045 (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.