FA487719RA007 SABER Synopsis

SOL #: FA487719RA007Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4877 355 CONS PK
DAVIS MONTHAN AFB, AZ, 85707-3522, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maint, Repair, Alter Real Property (Z)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Apr 24, 2019

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE MADE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. THIS SYNOPSIS IS NOT A SOURCES SOUGHT NOTICE; DO NOT CONTACT THE CONTRACTING OFFICE TO PROVIDE CAPABILITIES STATEMENTS OR NOTICE OF INTEREST.

Department of the Air Force, Air Combat Command, 355th Contracting Squadron, will solicit for a Simplified Acquisition of Base Engineer Requirements (SABER) Contract, at Davis-Monthan AFB, Tucson, AZ. The applicable NAICS code is 236220 with a small business size standard of $33,500,000.00. The work to be performed will consist of a wide range of individual construction tasks to include, but not limited to: carpentry, road and parking lot repair, roofing, excavating, interior and exterior electrical, steam fittings, plumbing, sheet metal, painting, demolition, concrete masonry and welding. The successful contractor will be required to furnish all materials, equipment and personnel necessary to design, manage and accomplish individual projects and maintain a management/project office at Davis-Monthan AFB, Tucson, AZ to receive delivery/task orders and provide other management services related to accomplishing individual projects. A seed project for this contract will be indentified at the time of solicitation issuance.

IAW FAR 36.204, the magnitude for this (SABER) contract is more than $10,000,000.00. The Government anticipates the award of one, firm-fixed price, indefinite-delivery/indefinite-quantity (ID/IQ) contract which will consist of one period in the amount of 60 months. The guaranteed minimum award amount will be the cost of the awardees' proposed design fee, with an estimated (aggregate) maximum of $25,000,000.00 FO. The successful contractor will be selected using Lowest Price Technically Acceptable (LPTA) procedures, resulting in the best value to the Government. Evaluation factors will be set forth in Sections L & M of the solicitation and will include evaluation of the following areas: Technical Acceptability, Past Performance and Price/Co-Efficient. In the event the seed project is not funded, the Government will award the minimum guaranteed contract amount (proposed design fee) to the contractor selected for award based on the seed project. Upon award, an initial pre-performance conference will be held at Davis-Monthan AFB, Tucson, AZ.

The performance periods of delivery/task orders placed under the proposed contract may range from 30 to 365 calendar days depending on the project. Applicable liquidated damages for each delivery/task order placed under the proposed contract will be calculated and determined on a by project basis.

It is anticipated the solicitation will be issued electronically on or about 15 May 2019 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available.

NOTE: IAW FAR 52.236-1, Performance of Work by the Contractor, the contractor shall be required to perform on the site, and with its own organization, work equivalent to at least 15 percent of the total amount of work to be performed under the contract.

AS A MINIMUM, THE FOLLOWING INFORMATION WILL BE REQUIRED:

THIS PROCUREMENT IS SET ASIDE AS AN 8(a) COMPETITIVE LIMITED TO ARIZONA 8(a) FIRMS WITH A BONA-FIDE ARIZONA OFFICE.

Interested 8(a) firms will be required to show evidence of bonding capability to the maximum magnitude of the project to include both single project bond capability of $2,000,000.00 and a minimum aggregate total of $10,000,000.00 respectively as outlined in the solicitation.

Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. All prospective contractors must be actively registered in the System for Award Management (SAM), in order to be eligible for an award. Primary point of contact (POC): Mr. David Harrison, Contracting Officer, Phone (520) 228-4673, FAX (520) 228-5462, e-mail: david.harrison.2@us.af.mil. Alternate POC: Mr. Joshua Drawdy, Contract Administrator, Phone (520) 228-5612, e-mail: joshua.drawdy.2@us.af.mil. Send all correspondence to: 355th Contracting Squadron, Attn: Mr. David Harrison, 3180 S. Craycroft Rd., Davis-Monthan AFB, AZ 85707.

People

Points of Contact

Joshua A DrawdyContract AdministratorPRIMARY
David R HarrisonContracting OfficerSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Apr 24, 2019
FA487719RA007 SABER Synopsis | GovScope