Simplified Acquisition of Base Engineering Requirements (SABER)

expired opportunity(Expired)
From: Federal Government(Federal)
FA930119R0009

Basic Details

started - 29 Jan, 2019 (about 5 years ago)

Start Date

29 Jan, 2019 (about 5 years ago)
due - 25 Feb, 2019 (about 5 years ago)

Due Date

25 Feb, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
FA930119R0009

Identifier

FA930119R0009
Department of the Air Force

Customer / Agency

Department of the Air Force
[object Object]

SetAside

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

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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.1. The purpose of this sources sought/RFI is to gather market research data to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside (SBSA). Only non-classified information shall be provided in your response. The United States Air Force (USAF) will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought/RFI.a. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is primarily interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HubZone, and Women- Owned small business concerns. Large businesses are invited to respond as a set-aside decision will not be made until market research is completed. The Government
requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements along with a description of similar services offered to the Government, and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.2. The proposed North American Industry Classification Systems (NAICS) Code is (236220) Commercial and Institutional Building Construction which has a corresponding Size Standard of $36.5M.3. Program Details: The Simplified Acquisition of Base Engineering Requirements (SABER) will likely be a Firm- Fixed Price (FFP), minor construction, Indefinite Delivery Indefinite Quantity (IDIQ) 5 year contract with a single 5 year ordering period and one 6-month option. The Government estimates a single award. The work will consist of multiple disciplines in construction such as maintenance, repair, and alteration of real property, with very limited design on facilities supported by Edwards AFB, California. Bonding is anticipated to be required on a per task order basis.a. Total contract not to exceed (NTE) is estimated to be between $40,000,000 - $100,000,000 over the five year aggregate. The current SABER contract has a $45,000,000 NTE .b. SABER Historical Information (Past 5 Years): Annual average value of task orders issued was approximately $300K with a low of $5K and a high of $800K. On average, 45 - 50 task orders are issued per year, the vast majority awarded in the 4th quarter of the fiscal year (July-September). You can locate additional information on previous orders placed on the SABER contract by searching for "FA930115D0011" at https://www.fpds.gov/. You can then select "view" for each order. This will enable you to view the contract action report (CAR) in which the "description of requirement" block, towards the bottom, will give a brief summary of the type of work performed under each order.c. Work performed will be within the North American Industry Classification System (NAICS) Code No. 236220 "Commercial and Institutional Building Construction" and the Small Business size standard of $36,500,000. During the life of the contract, projects will be identified as task orders. The Government is planning to utilize a unit price book (UPB), likely RS Means (e.g., 4-clicks), which contractor(s) will use to develop priced proposals in response to task order solicitations.d. The contractor shall furnish all equipment, tools, supervision, labor, material, quality control, and other items necessary to safely manage, and accomplish a broad range of repair, modification, and construction tasks on various real property facilities. Tasks include design, selection, fabrication, installation, modification, and test on various facilities and interfacing equipment. Tasks involve a variety of disciplines such as design, demolition, reclamation, utilities, excavation, structures, electrical, mechanical, architectural, and other specialty and general construction work.e. The information requested by this RFI will be used within the USAF to facilitate decision making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this RFI should consult the implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of the USAF, and its employees, agents, consultants, and representatives, must be clearly and conspicuously marked.4. The Government requests that all interested and qualified firms respond to this sources sought notice with a capability statement which may include the following information:a. Company Information (e.g. name, business address, point of contact, telephone number, e- mail address). Also include DUNS Number or CAGE Code.b. Type of business, status, and size [i.e., 8(a) [including graduation date], HUBZone- certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.]c. Bonding: Please provide your bonding capacity per contract (task order) and aggregate dollar amount. We anticipate a per contract bonding requirement between $3K- $1 million and aggregate bonding in the $10-20 million range.d. A statement of your current business size status in relation to the NAICS code size standard assigned to this acquisition.e. Identify whether your firm has the capability to meet the Government's requirement. Indicate whether you have any current partnering/teaming arrangements/joint venture with other firms.f. Identify number of years of experience and describe your firm's prior experience on projects of a similar size and scope to the requirement described above, especially those performed in remote locations comparable to Edwards AFB. For reference, see the attached map of the expected geographic areas the anticipated contract will cover. Please limit your response to recent (within 3 years) and relevant projects and include the following information:(1) Contract number, customer or firm name, or other identifying details of the project(2) Points of contact for the project including names, telephone numbers, and email addresses(3) City, State (if applicable), and country of performance(4) Type of contract vehicle and Contract Line Item Number (CLIN) structure (if applicable)(5) A brief description of your support of the project(6) Percentage of work as Prime Contractorg. Please provide any feedback your firm might have regarding major risk areas and avenues for mitigation on requirements of this type.h. Please provide a brief synopsis if you have experience on previous contracts utilizing a SABER, job order contract (JOC), or other job order type contract. Please provide the name of the previous estimating software utilized.i. Please describe your preference for a single award vs. a multiple award SABER job order IDIQ type contract and any supporting rationale.j. You are invited to submit your preference for the unit price book (UPB) selected for use on this requirement and any supporting rationale.k. Please indicate whether or not you have experience operating in California.l. You are invited to submit any questions you may have, that if answered, will better prepare your firm to determine your interest in this requirement.5. This Sources Sought synopsis is an advance notice for information and acquisition strategy planning purposes only and is not a solicitation. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management. The SAM website is https://www.sam.gov/SAM/.a. 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 is currently available. Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://www.fbo.gov.b. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments.6. Interested parties are invited to submit a response to this sources sought by 4:00 PM Pacific Standard Time (PST) on 25 FEB 19. Please submit all documentation by email in PDF format and state in the subject line "Sources Sought Response for SABER". The Government will confirm receipt of all sources sought responses via email. It is your responsibility to ensure we received your response. Please limit your responses to 20 pages or less and keep the file size as small as possible (pictures are not desired).All responses must be emailed to the following individuals:(a) Mrs. Adrianna Baseggio; adrianna.baseggio@us.af.mil(b) Mr. Timothy Palen; timothy.palen@us.af.mil7. Should you have any questions or concerns regarding this notice, please email the individuals listed above.

Edwards AFB, California 93524 United StatesLocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Edwards Air Force Base

You may also like

Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)

Due: 15 Feb, 2025 (in 10 months)Agency: DEPT OF DEFENSE

JOINT BASE LANGLEY-EUSTIS SOURCES SOUGHT SABER

Due: 22 Apr, 2024 (in 3 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
naicsCode 236220Commercial and Institutional Building Construction
pscCode YCONSTRUCTION OF EPG FACILITIES - GAS