Bldg 1100 New Windows, Doors, and Exterior Wall Repair

expired opportunity(Expired)
From: Federal Government(Federal)
FA489724RC003

Basic Details

started - 22 Apr, 2024 (12 days ago)

Start Date

22 Apr, 2024 (12 days ago)
due - 03 May, 2024 (Yesterday)

Due Date

03 May, 2024 (Yesterday)
Bid Notification

Type

Bid Notification
FA489724RC003

Identifier

FA489724RC003
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE AIR FORCE (60635)AIR COMBAT COMMAND (676)FA4897 366 FAS PKP (501)
[object Object]

SetAside

WOSB(SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15))

Attachments (14)

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.

Amendment 02This amendment clarifies important information to the offerors regarding the Step 2 expected issue due and subsequent IFB due date. See Part I General Information, Step-two Issue Date.Amendment 01This amendment incorporates the following changes: Additional information regarding the estimated issue date of step two, Invitation for Bids. See Part I, Step-two Issue Date.A statement requiring the electronic submission of technical proposals. See Part II, Instructions to Offerors.A statement considering non-conforming technical proposals to be considered nonresponsive. See Part II paragraph 2, Written Technical Proposals.Updated site visit requirements to include submission of the Driver's License State of Issue. See Part II paragraph 3.Updated site visit requirements to limit the number of attendees per offeror. See Part II paragraph 3.Significant changes to the Evaluation Criteria - added several essential elements of the Technical Factor. See Part III.Added attachment 10,
1_01 57 19 Temporary Environmental Controls_MHAFB Env Spec 20220614.11 April 2024Two-Step Sealed Bid SolicitationWindows, Doors & Paint - Vehicle Maintenance Shop, B1100Step 1: Request for Technical ProposalsFA489724RC003Pursuant to Federal Acquisition Regulation (FAR) 14.5, this document is a Request for TechnicalProposals (RTP), step one of a two-step sealed bid solicitation for the acquisition of updated Windows, Doors & Paint for the Vehicle Maintenance Shop, B1100 on Mountain Home AFB, ID.Required components of technical proposals are outlined in Part III of this document. Offerors should submit technical proposals that are acceptable without additional explanation or information. The Government may make a final determination regarding a proposal’s acceptability solely on the basis of the proposal as submitted. The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals that it considers reasonably susceptible of being made acceptable and may discuss proposals with their offerors.Each offeror may submit multiple technical proposals, though a maximum of one proposal per offeror may be chosen by the Government for step two of the two-step sealed bid process. Offerors are cautioned against submitting multiple technical proposals that have large differences in prices between them, since step two will be awarded on a low bid basis.The Government will forward a notice of unacceptability to an offeror when, upon completion of the proposal evaluation, there is a final determination of unacceptability. This will be done in accordance with the dates outlined in Part I below.In the second step of this two-step sealed bid solicitation process, only those offerors whose technical proposals were determined to be acceptable, either initially, or as a result of discussions, will be considered for award and allowed to place priced bids. Bids in the second step will be evaluated based on price. Each bid in the second step must be based on the bidder’s own technical proposals.This document is organized into the following parts:Part I General InformationPart II Instructions to OfferorsCover LetterRequirements of the technical proposalSite Visit Attendance and Base Access InformationQuestion Due DatesBid guarantee (Step 2)Part III Evaluation CriteriaPart IV AttachmentsPart I General InformationDescription: Windows, Doors & Paint - Vehicle Maintenance Shop, B1100Project Scope: The Government is seeking a qualified, experienced, woman-owned small business to replace Windows, Doors, and Paint at the Vehicle Maintenance Shop, B1100 at Mountain Home AFB, Idaho. This project involves the demolition of existing and installation of new pedestrian doors and windows, as well as repair and finishing of exterior CMU walls in accordance with the Statement of Work.Project Duration: 120 calendar days after NTPMagnitude of Construction: Between $500,000 and $1,000,000.Acquisition Method: Two-Step Sealed BidSet-Aside Type: Women-Owned Small BusinessesNAICS: 236220Small Business Size Standard: $45MSolicitation Number: FA489724RC003Step-one Issue Date: 03 April 2024Site Visit Date: 18 April 2024 at 1000 MDTTechnical Proposals Due: 03 May 2024 at 1200 MDTStep-two Issue Date: To be determined after review of technical proposals received in step one. Review of technical proposals will be dependent on the number of proposals received but is not expected to take more than two weeks. The Step Two Invitation for Bid issue date is anticipated to be released 10 May 2024 with a two-week solicitation period (i.e. if the IFB is released on 10 May 2024, bids will be due 24 May 2024.) Offerors invited to step two will be permitted a second site visit to aid in building their priced bids if requested 24 hours in advance.Primary Point of Contact: JEREMIAH L. BURNS, SSgt, USAF Contracting Officer, 366 Financial Acquisition Squadron Mountain Home AFB, Idaho jeremiah.burns.1@us.af.milSecondary Point of Contact: MATTHEW L. FOX, SSgt, USAF Contract Specialist, 366 Financial Acquisition Squadron Mountain Home AFB, Idaho matthew.fox.19@us.af.milPart II Instructions to OfferorsTechnical proposals must be submitted electronically to the contacts listed above by the technical proposal due date and shall include, at a minimum:1. Cover letter.Provide an introductory page to include company name, small business type classification (offerors must be certified WOSB registered under NAICS 236220), CAGE Code, SAM UEI Number, points of contact, authorized negotiators, contact phone, and email addresses. Cover letter shall also acknowledge all amendments issued.2. Written technical proposal.Technical proposals shall include only technical information. Proposals shall not include pricing information or cost breakdowns. The written technical proposal shall be clear, concise, and include all the information in sufficient detail for effective evaluation. The proposal should not simply rephrase or restate the Government’s requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume the Government has no prior knowledge of their capabilities, work processes, facilities, and experience and will base its evaluation on the information presented in the offeror’s technical proposal. Any proposal which modifies or fails to conform to the essential requirements or specifications of this request for technical proposals shall be considered nonresponsive and categorized as unacceptable.3. Site visit attendance and base access information.A pre-proposal site visit will be held on 18 April 2024 at 1000. Offerors must submit full names, driver’s license numbers and state of issue, company name, and vehicle type (personal or commercial vehicle) of all attendees to the contracting officer and contract specialist no later than 1200 MDT on 17 April 2024. Personal vehicles will be permitted to enter the main visitor’s gate, but commercial vehicles will be redirected to the commercial vehicle gate. It is important the contracting officer knows what type of vehicle your attendee(s) will be driving so that base access can be properly coordinated. No more than three (3) attendees per offeror may be permitted.4. Questions.All questions to this RTP, including questions arising from the contractor site visit, must be submitted to both the contracting officer and contract specialist no later than close of business on 19 April 2024. There is no preferred format or document required to submit questions.5. Bid guarantee.Offerors who are invited to submit a priced bid during Step 2 of this two-step sealed bidding will be required to furnish a bid guarantee IAW FAR 28.101-1(a). Bid guarantees are not required for the Request for Technical Proposals step of this solicitation.Part III Evaluation CriteriaThis acquisition will be evaluated IAW FAR Part 14.1. Technical Factor.As used in this context, the word "technical" has a broad connotation and includes, among other things, the engineering approach, special manufacturing processes, and special testing techniques.Each offeror’s written technical proposal shall be evaluated to determine if the offeror provides a sound, compliant approach that meets the requirements of the Statement of Work and demonstrates a thorough knowledge and understanding of those requirements and their associated risks. If no risks/mitigations are identified in the offeror’s proposal, it indicates the offeror does not consider there to be any risk associated with their proposed approach. Offerors should submit technical proposals that are acceptable without additional explanation or information. Technical proposals will be evaluated based on the following essential elements: A. Technical Proficiency – Clearly demonstrate your team’s expertise and qualifications related to the project. B. Technical Manpower – Describe the personnel who will be working on the project. Include qualifications, roles, and responsibilities. C. Clarity of Approach – Clearly outline your approach to addressing the project’s technical challenges and how you plan to meet the contract requirements and manage risks, costs, and schedule. 1. The technical Proposal must sufficiently address: a. Logistical approach and realistic schedule for the occupied building during construction. b. Utility interruption procedure, notification requirements. c. A general understanding and approach to the specification section 01 57 19 Mt. Home AFB specific Environmental requirements and procedures (attachment 10). d. Abatement procedure including disposal and documentation. e. General problem/solution to restore the structural properties for the damaged CMU wall at door number 101. f. Masonry preparation and repair. g. Window installation, properties, and windowsills. h. Vehicular safety requirements and applications to include black and yellow reflective tape and bollards. i. Exterior paint, preparation, and application.Part IV AttachmentsAttch 1 - SOW-Windows Doors and Paint B1100-QYZH240024Attch 2 - GENERAL REQUIREMENTSAttch 3 - B1100 Project Specific HBMS MTNW 8883.6 090122Attch 4 - MH1100-DA-DW-100pctAttch 5 - D-Specs-FinalAttch 6 - MH-B1100-DoorsWindows-Final DesignAttch 7a - ADAL VEHICLE MAINTENACE SHOPAttch 7b - ADDITION TO TRANSPORTATION REPAIR TRANSPORTATIONAttch 7c - AUTO MAINTENANCE SHOP BASEAttch 8 - Wage Determinations - Construction - BuildingAttch 9 - Provisions and ClausesAttch 10 - 1_01 57 19 Temporary Environmental Controls_MHAFB Env Spec 20220614

Mountain Home AFB ,
 ID  83648  USALocation

Place Of Performance : N/A

Country : United StatesState : IdahoCity : Mountain Home Air Force Base

Office Address : ADMIN ONLY NO REQTN CP 208 828 4658 366 GUNFIGHTER AVE STE 2102 MOUNTAIN HOME AFB , ID 83648-5296 USA

Country : United StatesState : IdahoCity : Mountain Home Air Force Base

You may also like

REPAIR MAIN BLDG. EXTERIOR WALLS, DEL RIO, TX

Due: 12 Jun, 2024 (in 1 month)Agency: U.S. CUSTOMS AND BORDER PROTECTION

Classification

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