Search Contract Opportunities

Simplified Acquisition of Base Engineering Requirements, Multi-Base, Multi-Award   2

ID: FA2517-08-R-5002 • Type: Sources Sought • Match:  85%
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
Draft a sources sought response template for 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: Sept. 23, 2009, 5:31 p.m. EDT
No changes to the Description at this time.
Posted: Aug. 10, 2009, 6:35 p.m. EDT
Posted: April 6, 2009, 5:02 p.m. EDT
Posted: July 24, 2008, 4:50 p.m. EDT
Posted: July 8, 2008, 5:24 p.m. EDT
Posted: April 8, 2008, 2:18 p.m. EDT

The 21st Contracting Squadron, Peterson AFB, CO announces the anticipated solicitation of the Simplified Acquisition of Base Engineering Requirements (SABER) services at Peterson AFB, CO, Fort Carson, CO (to include Pinion Canyon and Bldg 20,000, Colorado Springs, CO), Schriever AFB, CO and Cheyenne Mountain Air Force Station, CO. The government contemplates soliciting for the award of two or more separate Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. This acquisition is restricted to SBA Certified 8a Firms located within the SBA Colorado District. Typical task orders (TOs) will consist of a broad range of maintenance, repair and minor construction work on real property at the locations listed above. Individual, firm-fixed price TOs will be issued using the Facilities Construction Cost Data by RS Means (Unit Price Book) with a coefficient. Significant sub-contracting opportunities can be expected to include a variety of trades: roofing, electrical, plumbing, carpentry, roadwork, painting and masonry. The performance period of these contracts shall consist of one base year, plus individual option years, for a total of five years. The NAICS for this acquisition is 236220, with a size standard of $31M. The government anticipates the issuance of a Draft Request For Proposal (RFP) on or about 31 July 2008 and the release of the final RFP on or about 25 Nov 2008. The anticipated award date is 01 Feb 2010. Contract award will be based on best value using past-performance-price trade-off procedures. Interested parties should register online and subscribe to receiving procurement announcements related to this solicitation by entering the website at www.fedbizopps.gov. Contract teaming is encouraged as prescribed under the SBA rules for Joint Ventures, Prime Contractor/Sub Contractor arrangements and the SBA or DOD Mentor-Prot g Procedures. A soft copy of the firm's capability statement is requested. The statement should describe any teaming arrangements and reflect relevant past performance history (3-5 years of multi-location/project management, experience with RS Means Estimating Systems). Firms should describe relevant government or commercial contract experience, i.e., cite government or commercial sources. The information requested should not exceed twenty-five total single-sided pages, typed in twelve-pitch font size. Interested parties are requested to submit responses to this Sources Sought Synopsis by COB on 01 May 08. There will be no paper copies of this solicitation. All solicitation information may be obtained through the above reference website. Any questions relating to this solicitation must be submitted in writing (e-mail) to the Contracting Officers, Cheryl Middleton, cheryl.middleton@peterson.af.mil, 719 556-4757 and/or Mr John J. Rea, john.rea@peterson.af.mil, 719 556-9292 or by U.S. Mail to:
21 CONS/LGCAA, 580 Goodfellow St., Bldg 1324 Peterson AFB, Colorado 80914-1648

Overview

Response Deadline
Sept. 29, 2009, 5:30 p.m. EDT (original: May 1, 2008, 3:00 a.m. EDT) Past Due
Posted
April 8, 2008, 2:18 p.m. EDT (updated: Sept. 23, 2009, 5:31 p.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
21 CONS/LGCA 580 Goodfellow St., Bldg. 1324 Peterson AFB, Colorado 80914-1648 COLORADO SPRINGS, CO 80914-1648 USA
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
37%
Vehicle Type
Indefinite Delivery Contract
On 4/8/08 Space Force issued Sources Sought FA2517-08-R-5002 for Simplified Acquisition of Base Engineering Requirements, Multi-Base, Multi-Award due 9/29/09. The opportunity was issued with a 8(a) (8A) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z.
Primary Contact
Title
Contracting Specialist SABER Acquisition
Name
Nathalie L. Snyder   Profile
Phone
(719) 556-4999
Fax
(719) 556-7881

Secondary Contact

Title
Chief of SABER Acquisition
Name
John J Rea   Profile
Phone
(719) 556-9292
Fax
(719) 556-7881

Documents

Posted documents for Sources Sought FA2517-08-R-5002

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought FA2517-08-R-5002

Award Notifications

Agency published notification of awards for Sources Sought FA2517-08-R-5002

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought FA2517-08-R-5002

Contract Awards

Prime contracts awarded through Sources Sought FA2517-08-R-5002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA2517-08-R-5002

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA2517-08-R-5002

Experts for Simplified Acquisition of Base Engineering Requirements, Multi-Base, Multi-Award

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFSPC > FA2517 21 CONS
FPDS Organization Code
5700-FA2517
Source Organization Code
100015301
Last Updated
June 27, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 27, 2019