Search Contract Opportunities

DeCA STREAMLINED CONSTRUCTION IMPROVEMENT PROGRAM (SCIP II)   3

ID: FA3002-06-R-0014 • Type: Presolicitation
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

The Defense Commissary Agency, Design and Construction Division (DECA/CIED) will implement a follow-on Streamlined Construction Improvement Program (SCIP II) to optimize construction delivery of proposed projects in fiscal years (FY) 2007, 2008, 2009, 2010 and 2011. For the purposes of this acquisition, the NAICS Code is 236220. The Business size standard is $31,000,000. The primary tool to implement SCIP II will be award of approximately ten (10) multiple-award, firm, fixed-priced, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The contracts will be awarded in two categories. One category will cover Larger-Valued National Contracts with estimated project values over $7.5 Million and another will cover Lower-Valued National contracts with estimated project values under $7.5 Million. Approximately five contracts will be awarded in each category. The contracts will consist of a three (3) year basic period with two (2) one year options. At this time, the magnitude of the five-year program consists of approximately 20 projects estimated over $7.5 Million and 45 projects estimated at below $7.5 Million. Since the requirements are indefinite, actual program dynamics may increase or decrease the number of projects over the life of the contract; however, the program maximum for all contracts combined shall not exceed $498 Million. The contract scope shall include design/build and traditional design/bid/build construction of new commissary facilities, addition/alteration (ADAL) to existing commissaries, new and ADAL to Central Distribution Centers & Retail Centers (Commissaries & Exchanges), in the United States to include Hawaii and Alaska, and Guam and Puerto Rico, and other commissary locations where permitted by Host Nation agreements. Other alternative methods of project delivery may be utilized after award. The work will consist of providing all facility construction and equipment, including building equipment and operational equipment. Particular emphasis is placed on refrigeration and HVAC systems in these facilities. The abatement of hazardous materials will be a contract requirement on some projects, when such substances are present. Subject acquisition will include a partial 8(a) set-aside for the Lower-Valued National Contracts; the remainder will be solicited unrestricted. The acquisition process consists of a two-phase process as described in the attached document below. Phase One is the submission of information required under this pre-solicitation notice, while Phase Two is the response to the Request for Proposal (RFP). All responsible sources may submit a response to this pre-solicitation notice that shall be considered by the Government. Submit responses to this synopsis and any questions to the Contracting Officer, Mr. Johnny Castro, at Johnny.Castro@Randolph.af.mil not later than 9 May 06. CBD note 26 applies. Points of Contact: Johnny J. Castro, Contracting Officer, Phone 210-671-8407, Fax 210-671-1196, Email: Johnny.Castro@Randolph.af.mil Alice Allen, Contracting Officer, Phone 210-671-1195, Fax 210-671-1196, Email: Alice.Allen@Randolph.af.mil SEE ATTACHED ACQUISITION PROCESS INCLUDED AS MS WORD DOCUMENT.

Overview

Response Deadline
May 9, 2006, 1:00 a.m. EDT Past Due
Posted
April 18, 2006, 12:00 a.m. EDT
Set Aside
None
Place of Performance
CONTIGUOUS UNITED STATES INCLUDING ALASKA, HAWAII, PUERTO RICO, AND GUAM.
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
47%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
63% of similar contracts within the Department of the Air Force had a set-aside.
On 4/18/06 Department of the Air Force issued Presolicitation FA3002-06-R-0014 for DeCA STREAMLINED CONSTRUCTION IMPROVEMENT PROGRAM (SCIP II) due 5/9/06. The opportunity was issued full & open with NAICS 236220 and PSC Y.
Primary Contact
Title
Contracting Officer
Name
Alice A Allen   Profile
Phone
(210) 671-1195
Fax
(210) 671-1196

Documents

Posted documents for Presolicitation FA3002-06-R-0014

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation FA3002-06-R-0014

Award Notifications

Agency published notification of awards for Presolicitation FA3002-06-R-0014

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation FA3002-06-R-0014

Contract Awards

Prime contracts awarded through Presolicitation FA3002-06-R-0014

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA3002-06-R-0014

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA3002-06-R-0014

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > Specialized Contracting Squadron - DeCA Support
Source Organization Code
cee4e285861fda9842baf4ae71dbfff9
Last Updated
June 27, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 27, 2019