The RFP Database
New business relationships start here

Repair 6000 Area Facilities


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

TITLE: FA481919R7005, Repair 6000 Area Facilities, Tyndall AFB, FL
This is the official solicitation synopsis for the Repair 6000 Area Facilities (buildings 6011, 6017, 6021, 6025, 6026, 6027, 6031, 6070, 26055, 6051, 6053, 6054, 6055, 6056, and 6085) contract at Tyndall Air Force Base, FL. This will be a single award, firm-fixed price contract.
The Contractor shall be responsible for all professional services, permits, equipment, labor, tools, materials, and ancillary items necessary to complete the tasks defined by the Statement of Work (SOW). The performed tasks shall be based on the project description, other data furnished in this SOW, and information covered during a pre-construction/criteria review meeting to be held prior to Contractor mobilization. The SOW sets forth the requirements for a Request for Proposal (RFP) contract site-specific construction effort for the repair and renovation of the 6000 Area Facilities located on Tyndall AFB, Florida. The Contractor shall adhere to the following guidance during construction phase(s) of this project: Unified Facilities Criteria (UFC) 3-250-01, UFC 3-250-03, UFC 3-600-01, United States Army Corps of Engineers, Uniform Building Code (UBC), those sections of the Southern Standard Building Codes not incorporated in the UBC/International Building Code (IBC) for our respective area, Air Force Standards, Department of Defense (DOD) Directives, Florida State Statutes, Florida Department of Transportation (FDOT), the Tyndall AFB Facility Excellence Plan (Base Regulations), National Electric Code (NEC), Occupational Safety and Health Administration (OSHA) Requirements, Department of Environmental Protection (DEP) Regulations, Environmental Protection Agency (EPA) Regulations, and any related Americans with Disabilities Act (ADA) Compliance Requirements. If there is a conflict between these codes, regulations and specifications, the most stringent requirements shall apply at all times. Documents listed by and/or provided by the Government are for reference only and do not relieve the Contractor from adherence with applicable codes not specifically addressed. The contractor shall also perform the required services in accordance with the SOW, applicable Davis Bacon Act Wage Determination, and all other contract terms and conditions.
All work shall be accomplished in accordance with contract documents and most recent Federal and State regulations. The North American Industry Classification System (NAICS) code 236220, will apply to this acquisition. The size standard for this NAICS code is $36.5M. This requirement is being solicited as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside. In accordance with FAR 36.204(e), the magnitude for this project is between $1,000,000 and $5,000,000.
The period of performance is for 280 calendar days total for construction. All work shall be in strict compliance with the specifications of the contract.
The successful offeror will be selected using Lowest Price Technically Acceptable (LPTA) source selection procedures. It is anticipated that the solicitation will be issued electronically on or about 30 July 2019, on the Federal Business Opportunities (FBO) web page under the solicitation number FA4819-19-R-7005. Paper copies will not be available. Once the solicitation is posted, interested parties are advised to review this site frequently for any updates and/or amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation and all attachments: Microsoft Word (.doc), Microsoft Excel (.xlsx), Adobe Acrobat Reader (.pdf) and WinZip (.zip or .exe).
The government intends to hold a site visit. The exact date and time will be identified in the solicitation. Anyone interested in attending the site visit must email 325CONS.Construction@us.af.mil in order to be placed on the Entry Authorization List no later than 0900 hours five days prior to the site visit. Potential offerors are limited to two people per contractor. The entire RFP will be made available only on the FBO website, www.fbo.gov. Potential offerors are responsible for monitoring this site for the release of this document and subsequent amendments. To be eligible for contract award, offerors must be registered and marked active in the System for Award Management (SAM). If necessary, register via the SAM website www.sam.gov. All responsible sources may submit a proposal that shall be considered by this Agency. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function of FBO. No offeror's mailing list will be maintained.

Any questions regarding this notice should be directed to the 325th Contracting Construction Flight at 325CONS.Construction@us.af.mil.


Alyssa R. McSwain, Contract Specialist, Phone 8502838639, Email alyssa.mcswain@us.af.mil - Melissa L. Sanders, Contracting Officer, Phone (850)283-8637, Fax (850) 283-3963, Email Melissa.Sanders@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP