Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:FA286019R00XX
Thank you for your continued interest as we develop the scope and determine the acquisition strategy for a potential follow-on contract to our Simplified Acquisition of Base Engineering Requirements (...
Thank you for your continued interest as we develop the scope and determine the acquisition strategy for a potential follow-on contract to our Simplified Acquisition of Base Engineering Requirements (SABER) effort at Joint Base Andrews (JBA). We posted a capabilities Request for Information on Federal Business Opportunities (FBO) on 30 April 19, located at FA286019R00XX. As previously posted, the North American Industry Classification System (NAICS) for this acquisition is 236220, with a size standard of $36,500,000.00. The Government anticipates soliciting this requirement as a competitive 8(a) set aside within the Mid-Atlantic Region. The Mid-Atlantic region consist of the following states: Delaware, District of Columbia, Maryland, Pennsylvania, Virginia, and West Virginia. This is a Sources Sought announcement and is an advance notice for information to support acquisition strategy planning purposes. 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 exists or is currently available. Any future solicitation package will be made available on the FBO website https://www.fbo.gov. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments. The potential SABER requirement may consist of an Indefinite Delivery Indefinite Quantity (IDIQ) contract containing one (1) base year ordering period, six (6) one (1) year option ordering periods and an extension of services clause with an estimated magnitude between $25,000,000 and $100,000,000. The SEED Project is anticpated to have a magnitude between $500,000 and $1,000,000. This requirement supports JBA, Brandywine Receiver Site, and the Davidsonville Transmitter Site, all located in Maryland. At present, the government is considering adding scope to the SABER to also support Joint Base Anacostia Bolling (JBAB) located in Washington D.C. If included the contractor would be required to maintain offices at both JBA and JBAB and the estimated magnitude may increase to between $100,000,000 and $250,000,000. The anticipated bonding requirement is estimated to be a single task order capacity of $5,000,000 with an available aggregate capacity in the $30,000,000 range. Since the scope and magnitude have dramatically changed from the original FBO posting, the government requests interested parties who previously submitted a capabilities statement to submit a 1 to 2 page addendum to their capabilities statement in order to address if your firm and or team has the capability and continued interest in performing a requirement of this size and scope. The Government also welcomes receipt of additional capability statements. These statements must contain a brief description of the company's business size (i.e. annual revenues and employee size), anticipated teaming arrangements, capabilities statement, and maximum annual capacity to support a requirement of this size and scope. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partners. The Government will use all capability statements received to determine if this acquisition can be acquired through use of an 8(a) small business set-aside. Please submit capability statements and any questions regarding this sources sought to Mr. John Barr at john.m.barr1.civ@mail.mil before the closing due date of 9 Aug 2019 at 3:00 pm Eastern Standard Time. ---End--- The 11th Contracting Squadron is contemplating a solicitation for Simplified Acquisition of Base Engineering Requirements (SABER) construction services. Work will consist of providing all labor, equipment, transportation, quality control and supervision necessary to perform SABER operations on Joint Base Andrew, as well as surrounding site complexes and other remote areas under the control of Joint Base Andrews, Md. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. (See Internet Site https://www.sam.gov/SAM/). Potential contractors must also have current Online Representations and Certification Application on file with SAM. The North American Industry Classification System (NAICS) for this acquisition is 236220, with a size standard of $36,500,000.00. The Government anticipates soliciting this requirement as a competitive 8(a) set aside within the Mid-Atlantic Region. The Mid-Atlantic reason consist of the following states: Delaware, District of Columbia, Maryland, Pennsylvania, Virginia, and West Virginia. The Government requests that interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), anticipated teaming arrangements, capabilities statement, and maximum annual capacity to support this requirement. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partners. The Government will use this information when determining its small business set-aside decision. Information and any questions regarding this sources sought can be sent to john.m.barr1.civ@mail.mil. The closing date for responding to this sources sought will be 10 May 2019 at 3:00 pm Eastern Standard Time.