Federal Bid

Last Updated on 31 Dec 2013 at 10 AM
Sources Sought
Location Unknown

Simplified Acquisition Base Engineering Requirements (SABER)

Solicitation ID FA4626-14-R-0003
Posted Date 08 Nov 2013 at 5 PM
Archive Date 31 Dec 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4626 341 Cons Lgc
Agency Department Of Defense
Location United states
The 341st Contracting Squadron is contemplating a solicitation for Simplified Acquisition of Base Engineering Requirements (SABER) indefinite delivery indefinite quantity contract with minimum design and construction services. The anticipated program magnitude is between $2,000,000 and $10,000,000 in total aggregate value to include the base year and 4 option years under the contract. The Government determines what constitutes minimum design. Minimum design is defined as "A design effort that is incidental to accomplishing the required task". The Contractor will be required to furnish all materials, labor, plant, tools, transportation, equipment, testing services, quality control and incidentals necessary to provide complete and fully operational facilities and/or systems. The final product provided by the Contractor shall conform to government accepted commercial/industrial quality standards in regards to fit, finish, form and function as detailed in each project Statement of Work (SOW), the SABER Technical Specifications and industry standards as typically referenced to and utilized by the trades industries. Performance of work is in support of operations on Malmstrom AFB, as well as surrounding site complexes and other remote areas under the control of Malmstrom AFB, MT. Remote areas are within approximately 150 mile radius of Malmstrom AFB, MT. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential contractors must also have current Online Representations and Certification Application on file with SAM.

This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification System (NAICS) for this acquisition is 236220, with a size standard of $33,500,000.00. The Government is interested in a small business including, 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, that are interested in performing this requirement. 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, and a description of similar services offered to the Government and to commercial customers. 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 synopsis can be sent to [email protected] . The closing date for responding to this sources sought synopsis will be 25 Nov 2013.

Bid Protests Not Available

Similar Past Bids

Grand forks air force base North dakota 18 Mar 2015 at 4 PM
Cannon air force base New mexico 09 Nov 2017 at 9 PM
Hill air force base Utah 16 Mar 2016 at 9 PM
Cannon air force base New mexico 11 Jan 2018 at 9 PM
Cannon air force base New mexico 31 May 2018 at 6 PM