Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:FY23SABERIDIQ
Fiscal Year 23 (FY23) SABER IDIQ Contract Sources Sought Synopsis This is a Sources Sought/Request for Information (RFI) for a Simplified Acquisition of Base Engineer Requirements (SABER) Indefinite D...
Fiscal Year 23 (FY23) SABER IDIQ Contract Sources Sought Synopsis This is a Sources Sought/Request for Information (RFI) for a Simplified Acquisition of Base Engineer Requirements (SABER) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract at Hanscom Air Force Base (AFB). The SABER IDIQ Contract will be a 100% 8a Small Business Set-Aside. Hanscom AFB anticipates awarding one (1) SABER IDIQ Contract under North American Industry Classification System (NAICS) 236220 (Size Standard $45.0M). No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. THIS IS NOT A SOLCITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The purpose of this Sources Sought/RFI is to conduct market research to determine if responsible potential prime 8a sources exist and to assist in determining whether this effort can be competitive. This sources sought/RFI is not to be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract. The general scope of the prospective Contract is for the Contractor to provide all Management, Labor, Material, Equipment, Transportation, Supervision, and Minor Designs to accomplish simultaneous maintenance, repairs, and minor construction projects on real property at Hanscom AFB and other areas identified in the SABER IDIQ Draft Statement of Work (SOW). All work is to be accomplished in accordance with the SABER IDIQ SOW and specifications. Individual efforts under the SABER IDIQ Contract will be executed on a Task Order by Task. Task Orders issued under the SABER IDIQ will be Firm-Fixed Price. The SABER IDIQ Contract is anticipated to have a Not To Exceed (NTE) ceiling value of $20,000,000.00 with a five (5) year ordering period and six (6) year Period of Performance. Potential prime 8a contractors are encouraged to provide their feedback indicating their interest and companies CAGE Code to this Sources Sought Notification. Responsible potential prime 8a firms must be registered with the System for Award Management (SAM) in order to receive award.