The 99th Contracting Squadron intends to solicit a Simplified Acquisition for Base Engineering Requirements (SABER) for Nellis Air Force Base and Creech Air Force Base. The SABER will be an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for design and/or construction projects that will be awarded via individual task orders. It is anticipated the solicitation will be issued electronically on or around 25 March 2019, on the Federal Business Opportunities (FBO) web page. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), and WinZip (.zip or .exe.).
Task orders will provide a vehicle for execution of a broad range of projects, such as carpentry, road repair, roofing, excavation, interior/exterior electrical, steam fitting, HVAC, plumbing, sheet metal, fencing, demolition, fire protection, concrete, masonry, and other projects. In-house design capability or ready access to design capability is a must for projects including alteration and repair to existing infrastructure.
Period of Performance and Magnitude: The maximum programmed amount (potential price of all task orders issued to SABER Awardee) is not to exceed $95 Million. The period of performance is intended to be for five (5) years with each contract year being an ordering period. Individual task orders are estimated to be between $2,000 and $2,000,000 and will vary in size and complexity. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order.
This will be a Competitive HUBZone Procurement limited to qualified/eligible HUBZone firms in the Small Business Administration. The applicable North American Industry Classification System (NAICS) code for this acquisition is Sector 23 (Construction) with a small business size standard of $36.5 Million. The government intends to award one contract under this program.
Award may be made on the basis of best value utilizing Past Performance/ Price Tradeoff source selection procedures with technically acceptable offerors, where past performance is significantly more important than price.
The government intends to hold a site visit for the proposal demonstration project. The exact date of the site visit will be identified in the solicitation. Due to space limitations, each offeror will be limited to no more than three (3) attendees.
Any prospective contractor must be registered in the System for Award Management (SAM) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. All prospective offerors must go to http://www.sam.gov/ to add or update its representations and certifications record.