Search Contract Opportunities

FA4620-12-R-B001 Amendment 2   6

ID: FA4620-12-R-B001 • Type: Presolicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: April 27, 2012, 9:07 p.m. EDT
FA4620-12-R-B001 Amendment 1
Posted: April 6, 2012, 8:07 p.m. EDT
Posted: March 22, 2012, 7:39 p.m. EDT

Description of Work: This is a synopsis for a Multiple Award Construction Contract (MACC) at Fairchild AFB WA. This acquisition will provide indefinite delivery-indefinite quantity (IDIQ) and design-build (D-B) construction efforts at Fairchild AFB, Washington. The MACC will consist of multiple disciplines in general construction categories and execute a broad range of maintenance, repair, minor and/or new construction. The contractor shall provide all materials, equipment, labor and general conditions to accomplish design, maintenance, repair, and minor construction projects in an expeditious manner. The work may include facility upgrades, utility work, airfield pavement, roads, roofs and other assorted repair and maintenance projects. The construction work includes tasks in various trades such as carpentry, asbestos abatement/removal, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Locations of work will be at Fairchild AFB WA and other associated sites outside the base proper. All off base sites are within 80 miles of Fairchild AFB. Work to be performed under the MACC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 Construction, Subsection 236 Construction of Buildings size standard $33.5M and Subsection 237 Heavy and Civil Engineering Construction, size standard $33.5M. Each contract awarded will contain a basic 12-month period and four 12-month option periods Subsequent task orders will identify specific requirements for each project. Individual task orders may range from approximately $600K - $10M. The program value to include all five contracts and subsequent task orders is Not-to-Exceed $95M over a 5-year period. This acquisition is a Total Small Business Set-Aside.
A pre-proposal conference/site visit will be held per Section H, FAR 52.236-27 and Paragraph 1.3 as stated in the solicitation, to include a site visit for the seed project.All prospective offerors are highly encouraged to attend this conference. Offerors are encouraged to submit all questions and requests for clarifications no less than ten (10) days prior to the RFP closing date. The decision whether to respond to questions and requests for clarification made less than ten (10) days prior to the RFP closing shall be at the sole discretion of the contracting officer.Evaluation: Each offeror's proposal will be evaluated utilizing best value source selection procedures. The basis for award is to be Performance Price Tradeoff (PPT) without technical factors. The procedures described in FAR Part 15.3, AFFAR 5315.3, Policy Memorandums 11-C-04 and 11-C-07 and source selection procedures will be utilized. The Request for Proposal (RFP) will include a seed project. The magnitude of the seed project is between $100K and $250K. The offeror's Past Performance will be considered approximately equal in importance to the Seed Project's Price. The offeror's proposal must convey to the Government that the offeror possesses sufficient past performance experience for relevant construction projects that range from $1M to $5M. Also, all offeror's shall show the capability of receiving $10M in bonding. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if the Contracting Officer deems discussions are in the Government's best interest. The Government reserves the right to award a contract to other than the lowest priced offeror if the lowest priced offeror is judged to have a performance confidence assessment of "Satisfactory Confidence" or lower. In that event, the Source Selection Authority (SSA) shall make an integrated assessment best value award decision, considering price and past performance tradeoff, for award of the seed project. Additional MACC contract awards will be determined based on the final rankings of the highest rated proposals from the SSA's integrated assessment best value award decision.
Award: The Government anticipates awarding up to five (5) Firm-Fixed Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contracts. In addition, up to five (5) Fixed Price Task Orders to attend an orientation seminar will be awarded to meet the minimum contract guarantee resulting from this solicitation, not to exceed $2,500 and in accordance with the Joint Travel Regulation. Contractor's participation in this seminar, held at Fairchild AFB, is mandatory. Future individual task order requirements will be competed among the awardees in accordance with the solicitation and contract provisions. In the event this RFP results in only one award, the awardee shall proceed to construct the project described in this RFP as the seed project as required by the terms of the resulting contract.The Government reserves the right to cancel this RFP either before or after the closing date.
The RFP will be posted on the Federal Business Opportunities website at http://www.fbo.gov on or about 1 April 2012 and close on or about 1 May 2012. This is an all-electronic solicitation release. Hard copies are not available. The Government will post amendments to the solicitation to the Electronic Posting System (EPS) at http://fbo.gov/. It is the responsibility of each offeror to review the web page for notice of amendments, updates or changes to current information. Prospective contractors must be registered in the Central Contractor Registration (CCR) database before award of a Government contract. Failure to register in the CCR database may cause your firm to be ineligible for award.

Overview

Response Deadline
May 7, 2012, 7:00 p.m. EDT (original: ) Past Due
Posted
March 22, 2012, 7:39 p.m. EDT (updated: May 2, 2012, 7:40 p.m. EDT)
Set Aside
None
NAICS
None
PSC
None
Place of Performance
Not Provided
Source

Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
55%
Vehicle Type
Indefinite Delivery Contract
On 3/22/12 Air Mobility Command issued Presolicitation FA4620-12-R-B001 for FA4620-12-R-B001 Amendment 2 due 5/7/12.
Primary Contact
Title
Contracting Officer
Name
Donna L. Early   Profile
Phone
(509) 247-4868
Fax
None

Secondary Contact

Title
Contracting Officer
Name
Richard A. Hedrick   Profile
Phone
(509) 247-4867
Fax
5092478685

Documents

Posted documents for Presolicitation FA4620-12-R-B001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation FA4620-12-R-B001

Award Notifications

Agency published notification of awards for Presolicitation FA4620-12-R-B001

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation FA4620-12-R-B001

Contract Awards

Prime contracts awarded through Presolicitation FA4620-12-R-B001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA4620-12-R-B001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA4620-12-R-B001

Experts for FA4620-12-R-B001 Amendment 2

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AMC > FA4620 92 CONS LGC
FPDS Organization Code
5700-FA4620
Source Organization Code
100242405
Last Updated
July 3, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 3, 2019