Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2024 SAM #8152
SPECIAL NOTICE

Z -- Notice of Intent - Airfield Civil Works Modification

Notice Date
3/21/2024 8:24:54 AM
 
Notice Type
Special Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FA4819 325 CONS PKP TYNDALL AFB FL 32403-5521 USA
 
ZIP Code
32403-5521
 
Solicitation Number
Fa481921D0001
 
Response Due
4/22/2024 12:00:00 PM
 
Archive Date
05/07/2024
 
Point of Contact
Shailla V. Alda, Phone: 8502838660, Tanya Gutka, Phone: 8502838650
 
E-Mail Address
shailla.alda.2@us.af.mil, tanya.gutka@us.af.mil
(shailla.alda.2@us.af.mil, tanya.gutka@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
General: This Notice of Intent (NOI) is to notify industry of the Air Force's intent to increase the ceiling on the Tyndall AFB, FL Airfield Civil Works Contract. The ceiling is expected to increase by $9 Million, from $33 Million to $42 Million. As a result of this planned ceiling increase, the Ordering Period of the Basic Contract and all option years will NOT be extended and will expire on 23 September 2026. In accordance with (IAW) FAR 5.20l(b)(1)(ii), the 325 CONS team is notifying industry of a proposed action that will utilize other than full and open competition. SCOPE OF WORK: This action will be awarded as a modification to the current Airfield Civil Works contract. The contract was awarded as a single award IDIQ contract and task orders are issued using a negotiated price list. This contract ensures that the contractor provides all management, supervision, labor, materials, equipment and incidentals required for a broad range of pavement maintenance, repair and minor construction, including but not limited to grading of subgrade and base course; resurfacing, full depth reconstruction, new full depth construction of bituminous concrete and portland cement concrete pavements; milling of bituminous concrete pavement; crack repair in bituminous concrete pavement; adjustment and/or modification of utility structures within and outside of pavements; painting new and/or removal of existing pavement markings; rubber removal from pavement; installation of new and/or repair of existing storm sewer systems that includes inlets, manholes, mitered end sections, and pipe; earthwork and vegetative stabilization on various real property facilities under this contract, including design and engineering services incidental to construction. The Airfield program currently has a maximum ceiling of $33M. 325 CONS needs to add an additional $10M to the program ceiling of the contract. At the time the original ceiling was determined, much of the work being done on the Tyndall AFB flightline was planned to be part of the Zone 6 MILCON projects. Large portions of the flightline work were removed from Zone 6 and have been executed under the Airfield Civil Works Contract. This has used up a significant portion of the original ceiling amount. This does not leave Tyndall AFB with enough ceiling to continue to maintain the airfield while we are pursuing a new contract. The original contract was awarded for a base + 4 option years. We are currently in option year 3 and expect to exhaust the ceiling this year. This does not leave us enough time to adequately solicit and award a new contract prior to the option year ending and/or the ceiling running out. The addition of $10M to the ceiling would allow us adequate time to solicit and award a new contract. This is for non-commercial construction services and the modification will be a firm-fixed price effort, which is the contract type currently being used, utilizing the previously negotiated price lists for the remaining option years of the contract. The authority permitting other than full and open competition is 10 USC 2304 (c)(1) and is implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements, as required by FAR 6.303-2(b)(4). The Government requests that any feedback, comments and questions be received no later than 22 April 2024 by 2:00 pm CT. Please submit all questions, comments and feedback regarding this Notice of Intent (NOI) via email to the following Points of Contact: 2d Lt Shailla Alda, Contract Administrator: shailla.alda.2@us.af.mil Tanya Gutka, Contracting Officer: tanya.gutka@us.af.mil No telephone responses will be accepted. Any information submitted by respondents to this Notice of Intent (NOI) is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this NOI. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted will should be identified as such and will be properly protected from disclosure. No classified information shall be submitted. Any response submitted by respondents to this NOI constitutes consent for that submission to be reviewed by Government personnel. DISCLAIMER AND NOTICE: This is a courtesy NOI only and does not constitute a commitment, implied or otherwise, that 325 CONS will take procurement action in this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotation. This NOI shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible nor reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f73658c585b642df8c2061255b16a6e3/view)
 
Place of Performance
Address: Tyndall AFB, FL 32403, USA
Zip Code: 32403
Country: USA
 
Record
SN07004450-F 20240323/240321230042 (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.