FY23 - Expedited Task Order Contract (ETOC)

expired opportunity(Expired)
From: Federal Government(Federal)
FA462023R0002

Basic Details

started - 15 Feb, 2023 (14 months ago)

Start Date

15 Feb, 2023 (14 months ago)
due - 02 Mar, 2023 (13 months ago)

Due Date

02 Mar, 2023 (13 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
FA462023R0002

Identifier

FA462023R0002
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705969)DEPT OF THE AIR FORCE (60212)92 CONS CONTRACTING SQ (6)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

General InformationDocument Type:SynopsisSolicitation Number:FA462023R0002Classification Code:Z – Repair or Alteration of Miscellaneous BuildingsNAICS Code:236 - Commercial and Institutional Building Construction237 - Highway, Heavy and Civil Engineering238 - Specialty Trade ContractorsContracting Office AddressDepartment of the Air Force, Air Mobility Command, 92d Contracting Squadron, 110 W Ent St, Fairchild AFB, Washington 99011-8568DescriptionDescription of Work: This is a synopsis for an Expedited Task Order Contract (ETOC) at Fairchild AFB WA. This acquisition will provide indefinite delivery-indefinite quantity (IDIQ) construction efforts at Fairchild AFB, Washington. The ETOC will consist of primarily construct only, be simple/non-complex in nature, and typically cover general maintenance and repair of facilities. The work may include minor construction, facility repair, and real property maintenance projects on an as needed basis. The construction work will 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, carpentry, roofing, millwork, road repair, and other specialty and general contracting work. Locations of work will be at Fairchild AFB, WA and other associated sites outside the base proper. Work to be performed under the ETOC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 Construction, Subsection 236 Commercial and Institutional Building Construction size standard $45.0M, Subsection 237 Highway, Heavy and Civil Engineering size standard $45.0M, and Subsection 238 – Specialty Trade Contractors size standard $19.0M. Each contract awarded will contain one (1) five (5) year ordering period. Subsequent task orders will identify specific requirements for each project. Individual task orders may range from approximately $500.00 - $100,000.00. The program value to include all three (3) contracts and subsequent task orders is Not-to-Exceed $2.5M over a five (5) year period. This acquisition is an Small Business Set-Aside under the Small Business Administration’s (SBA) Seattle District Office. A pre-proposal conference/site visit will be held per Section L, FAR 52.236-27 and Paragraph 1.3 as stated in the solicitation, to include a site visit for the seed project. All prospective offerors are highly encouraged to attend this conference. Offerors are encouraged to submit all questions and requests for clarifications no less than ten (10) days prior to the RFP closing date. The decision whether to respond to questions and requests for clarification made less than ten (10) days prior to the RFP closing shall be at the sole discretion of the contracting officer. Evaluation: Each offeror's proposal will be evaluated in strict accordance Section M of the RFP. The basis for award is to be subjective Tradeoff without technical factors. Past Performance will be considered approximately equal in importance to Price. The Request for Proposal (RFP) will include a seed project. The seed project is a construct only project and will be used for price evaluation purposes only. The magnitude of the seed project is between $25,000.00 and $100,000.00. The offeror's proposal must convey to the Government that the offeror possesses sufficient past performance experience for relevant construction projects that range from $500.00 to $100,000.00. Also, all offeror’s shall show the capability of receiving $2.5M in aggregate bonding. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if the Contracting Officer deems discussions are in the Government’s best interest.If the lowest priced offer is determined to have a “Substantial Confidence” performance rating and is determined to be responsible, then the lowest priced offer represents the best value for the Government and will be awarded the Seed Project subject to the availability of funds. An ETOC contract award shall be made to that offeror.The Government reserves the right to award a contract to other than the lowest priced offeror if the lowest priced offeror is judged to have a performance confidence assessment of “Satisfactory Confidence” or lower. In that event, the Source Selection Authority (SSA) shall make an integrated assessment best value award decision, considering price and past performance, for award of the seed project. The integrated assessment will be a subjective tradeoff with Price being approximately equal to Past Performance.Additional ETOC awards will be determined by the same criteria used to determine award of the seed project. If the next lowest priced offer is determined to have a “Substantial Confidence” performance rating and is determined to be responsible, a subsequent ETOC award will be made. This process will continue until a total of up to three (3) ETOC contracts are awarded or until a proposal is determined to have a performance rating of “Satisfactory Confidence” or lower. At that time, the SSA will perform an integrated assessment best value decision based on the final rankings of the highest rated proposals from the SSA’s integrated assessment.Award: The Government anticipates awarding up to three (3) Firm-Fixed Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contracts. In addition, all contractors receiving an award will receive a $500.00 task order for the ETOC Orientation-Partnership Seminar to satisfy the contract minimum requirement. The Contractor’s participation in this seminar, held at Fairchild AFB and is mandatory. Future individual task order requirements will be competed among the awardees in accordance with the solicitation and contract provisions. In the event this RFP results in only one award, the awardee shall proceed to construct the project described in this RFP, as the seed project as required by the terms of the resulting contract subject to the availability of funds. The Government reserves the right to cancel this RFP either before or after the closing date.The RFP will be posted on the System of Award Management website at http://www.sam.gov on or about 2 March 2023 and close on or about 3 April 2023. The anticipated award date is 17 April 2023. This is an all-electronic solicitation release. Hard copies are not available. The Government will post amendments to the solicitation to the Electronic Posting System (EPS) at http://fbo.gov/. It is the responsibility of each offeror to review the web page for notice of amendments, updates or changes to current information. Prospective contractors must be registered in the System for Award Management (SAM) database before award of a Government contract. Failure to register in the SAM database may cause your firm to be ineligible for award.Current Point of ContactTuyen V. Nguyen, Contracting OfficerPhone: 509-247-2072Email: tuyen.nguyen.2@us.af.mil2d Lt Nicholas P. Kortis, Contracting SpecialistPhone: 509-247-4869Email: nicholas.kortis.1@us.af.milHeather D. Rogers, Contracting OfficerPhone: 509-247-4871Email: heather.rogers.9@us.af.mil

Location

Place Of Performance : N/A

Country : United StatesState : WashingtonCity : Fairchild AFB

You may also like

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z2JZREPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS