COMMERCE BUSINESS DAILY ISSUE OF JANUARY 8, 2001 PSA #2762
SOLICITATIONS
Y -- SIMPLIFIED ACQUISITION BASE ENGINEERING REQUIREMENTS (SABER), EGLIN AFB FL
- Notice Date
- January 4, 2001
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC -- Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- F08651-01-R-0008
- Response Due
- January 19, 2001
- Point of Contact
- Sherrye Driscoll, Contract Specialist, Phone (850)882-5628 x 5270, Fax (850) 882-1014, Email driscoll@eglin.af.mil -- Jean Pulley, Contracting Officer, Phone 850-882-5628x5274, Fax 850-882, Email
- E-Mail Address
- Sherrye Driscoll (driscoll@eglin.af.mil)
- Description
- Eglin Air Force Base (AFB) will be issuing a new Acquisition of Base Engineering Requirements. The Government is contemplating reserving this Simplified Acquisition Base Engineering Requirements (SABER) Acquisition under the Section 8(a) Program. Since the yearly value is approximately $3,000,000, this acquisition must be a competitive 8(a), and it is anticipated it would be open to any firm, regardless of location, certified in the Section 8(a) Program at the time of proposal receipt. In order to make a final decision regarding a Section 8(a) set-aside, we are requesting all interested and qualified firms respond to this synopsis with the following information: (1) name, address, phone, fax, e-mail and web site if you have one; (2) a list (not to exceed 5) of SABER or similar contracts (JOC, IDIQ, etc) your firm currently holds or has completed within the last 3 years; and (3) your bonding capacity per contract/action. The list of relevant contracts should include the location, contract number, description, estimated yearly value, performance dates, and Government points of contact (contracting officer and QAE/inspector) with phone number and fax number. Please limit your response to 5 pages. This information must be faxed to (850) 882-9442 to the attention of Sherrye Driscoll or e-mailed to driscoll@eglin.af.mil by 19 Jan 2001. Based on the information received, the Government will make a final determination as to whether this acquisition will be reserved for the Section 8(a) Program. Another synopsis will be issued within 30 days after receipt of responses to announce the final acquisition approach. Responses are only requested from interested Section 8(a) firms. The North American Industry Classification System (NAICS) code for this project is 233320 with a size standard of $27.5M; the SIC code was 1542. This contract will be a "Trade-Off" contract; award will be made based upon the "Best Value" to the Government in accordance with FAR 15.101. The Government reserves the right to award a contract to other than the low proposed price. Performance period is one year for the Basic contract plus four One-Year options. The dollar range is over $10,000,000 for the Basic plus four One-Year option years combined. Work for this project will include, but is not limited to a broad range of maintenance, repair, and minor 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 type contract and will include a wide variety of individual construction tasks as listed in Volume III, Unit Price Book (see Unit Price Book and Technical Specifications in separate electronic file). During the contract period the 96th Civil Engineering SABER Office, (796 CES/CEOMS) will identify construction tasks required to complete each specific job and AAC/PKO, Eglin AFB, FL will issue individual delivery 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 offices on Eglin AFB, Florida in order to receive work requests and to provide other management services related to accomplishing individual jobs. Individual jobs will vary in size ranging from $2,000 to $500,000. The estimated number of task orders issued per year will range from approximately 30 to 70. The jobs will include tasks in a variety of trades, such as carpentry, road repair, roofing, excavation, interior electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete masonry, and welding. Commencement shall be within 10 days of notice to proceed for each delivery order and the performance period shall be negotiated on individual delivery orders. The guaranteed minimum amount for the basic contract period is $300,000, and the unguaranteed maximum contract amount is $15,000,000, including all options, if exercised. The issuance date for this solicitation has yet to be determined, but is anticipated for early or middle March 2001. PROSPECTIVE CONTRACTORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR'S REGISTRATION DATABASE PRIOR TO AWARD OF A GOVERNMENT CONTRACT. OFFERORS ARE FURTHER ADVISED THAT FAILURE TO REGISTER IN THE DOD CENTRAL REGISTRATION 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. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting Officer or Contract Specialist as identified below. For any other concerns, interested parties may call Dr Mario Caluda at (850) 882-5558, AAC/CD, 101 West D Avenue, Suite 123, Eglin AFB FL 32425-5495 or E-Mail caluda@eglin.af.mil. This will be a paperless acquisition. Paper copies of the solicitation will not be issued, but the Request for Proposal (RFP) will be available on the Federal Government's Electronic Posting System (www.eps.gov). POC is Ms Sherrye Driscoll, Contract Specialist, Phone (850) 882-5628 Ext 5270, FAX (850) 882-9442, E-Mail driscoll@eglin.af.mil. Contracting Officer is Ms Jean Pulley, Phone (850) 882-5628 Ext 5274, E-Mail pulley@eglin.af.mil. See Note
- Web Link
- Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=F08651-01-R-0008&L=1182)
- Record
- Loren Data Corp. 20010108/YSOL012.HTM (D-004 SN50A119)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on January 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|