Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA524024XSABER
Andersen Air Force Base (AAFB) Guam SABER IDIQ NOTE: IF YOU DO NOT INTEND ON SUBMITTING A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUG...
Andersen Air Force Base (AAFB) Guam SABER IDIQ NOTE: IF YOU DO NOT INTEND ON SUBMITTING A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The 36th Contracting Squadron (36 CONS) is seeking sources for a potential Simplified Acquisition of Base Engineering Requirements (SABER) contract at Andersen Air Force Base (AAFB), Guam. Andersen AFB anticipates awarding one firm-fixed price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) construction contract under the North American Industry Classification System (NAICS) code 236220, Commercial and Institutional Building Construction with a small business size standard of $45.0M. The purpose of this sources sought notice is to improve the understanding of Government requirements and industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government’s requirements, and enhancing the Government’s ability to obtain quality construction, at reasonable prices, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. This notice is issued solely for information and planning purposes and does not constitute as a Request for Proposal (RFP), Request for Quotation (RFQ), or Invitation for Bid (IFB). All responding parties are solely responsible for any costs associated with their response. The Government will not reimburse any company or any individual for any expenses associated with preparation, submissions, or participation in response to this notice. Additionally, the sources sought is to notify the industry of the USAF intent for contract action and to gain knowledge of potentially qualified sources and businesses classified as small business concerns, 8(a), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining the appropriate level of competition for a SABER contract. Depending upon the response to this notice and other market research, 36 CONS may limit the competition to a specific category of small business at the exclusion of all other potential business concerns. DO NOT INCLUDE ANY CLASSIFIED or CONTROLLED UNCLASSIFIED INFORMATION IN YOUR RESPONSE. CONTRACTORS ARE REQUIRED TO ADHERE TO OPERATIONS SECURITY (OPSEC). The general construction efforts under the anticipated SABER IDIQ are non-complex and may consist of a single or multiple disciplines in general construction categories. The SABER IDIQ may also involve minimum design (up-to 35% or updating of old designs) for all aspects of general building construction including construction, modifications and renovations of existing facilities. In addition to a broad range of maintenance, repair and minor construction or alteration projects of real property at Andersen AFB, Guam. Sites will be identified at the time of any task order bid. The projects may include tasks in a variety of trades such as demolition, site work, excavation, cast-in-place concrete, masonry, structural steel, electrical, mechanical (including HVAC), painting, millwork, managing Munitions of Explosive Concern (MEC) clearance, and other specialty and general contracting work. The anticipated performance period for this contract will consist of one (5 Year) base ordering period, and a one (2 Year) option ordering period. The overall program value is still under consideration; however, at this point, the magnitude of this vehicle is anticipated to be up to $50M over the duration of the contract (options included). Task Orders written against the vehicle are anticipated to range between $2,000.00 and $2,000,000.00 each. If your firm would like to respond to this source sought, please read the attachments provided. Then follow the directions and complete the Industry Questionnaire (Attachment 2) and return it to troy_joseph.manibusan@us.af.mil and katrina.pangelinan@us.af.mil no later than the response date and time identified on this notice. We appreciate your interest and thank you in advance for responding to this request.