Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2009 FBO #2629
SOLICITATION NOTICE

Y -- Multiple Award Construction Contract (MACC)

Notice Date
2/4/2009
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-09-R-7005
 
Point of Contact
Timothy Huling,, Phone: (808) 448-2928, James E Thompson III,, Phone: 808-448-2930
 
E-Mail Address
timothy.huling@hickam.af.mil, james.thompson@hickam.af.mil
 
Small Business Set-Aside
Partial Small Business
 
Description
The 15th Contracting Squadron will be soliciting a 100%, competitive Multiple Award Construction Contract (MACC) to provide indefinite delivery/indefinite quantity and design-build construction efforts to support the 15th CES mission at Hickam AFB, Hawaii. This acquisition will encompass requirements that have, in the past, been acquired utilizing the Base Engineering Support contractor. Individual task order work will consist of multiple disciplines in general construction categories and execute a broad range of maintenance, repair, minor and/or new construction. Task order limits will be a minimum of $100,000. The contractor shall provide all material, equipment, labor and general conditions to accomplish design, maintenance, repair, and minor construction projects in an expeditious manner. The maximum program value (combined value of all task orders from all awarded contracts) is not to exceed $80M over a three-year period. Each contract awarded will contain a basic 12-month period and two 12-month option periods. Work to be performed under the MACC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 Construction, Subsection 236 Construction of Buildings size standard $31M and Subsection 237 Heavy and Civil Engineering Construction, size standard $31M. The work may include facility upgrades, utility work, airfield pavement, roads, roofs and other assorted repair and maintenance projects. The construction work includes tasks in various trades such as carpentry, asbestos/lead-based paint abatement and removal, demolition, mechanical, electrical, plumbing, concrete, masonry, steel, painting, roofing and paving. Locations of work will be at Hickam AFB, HI. Offers are solicited only from business concerns who are current in the Central Contractor Registration (CCR), and North American Industry Classification System (NAICS) Code 236220 must specifically be included in the Offerors approved business plan. A Request for Proposal (RFP) is contemplated utilizing best value source selection procedures described in Federal Acquisition Regulation (FAR) 15.3, Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315.3, and AFFARS Mandatory Procedures 5315.3, targeted toward competitive offerors with a 30-day response time (offers due 30 days after issuing). In using this approach, the Government seeks to award up to six (6) contracts (two large firms, two 8(a) certified firms and two HUBZone certified firms), who give the Air Force the greatest confidence that they can meet our requirements for up to 100% design and construction expertise on infrastructure renovation, repair, new construction, roads, and/or airfield work. The solicitation will include a design/build seed project that will be used to evaluate these capabilities. The magnitude of the seed project is between $500,000 and $1,000,000. The offeror's proposal must convey to the Government that the offeror is capable, possess sufficient technical expertise and experience, possess sufficient resources, and is able to plan, organize, and use those resources in a coordinated and timely fashion such that the technical requirements shall be achieved and costs shall be controlled. Up to six (6) highest rated offerors from the source selection will receive basic contract award. Evaluation factors will be defined in the RFP. The highest rated offeror will be awarded the seed project. All future task orders will be competed among contract awardees. The solicitation will be available in electronic format only. The RFP will be posted on the website at http://www.fbo.gov/ on or about 23 Mar 2009 and close on or about 30 calendar days thereafter. No hard copies will be provided. It is the contractor's responsibility to check the website for any and all amendments to this solicitation. Prospective contractors must be registered in the Central Contractor Registration (CCR) database before award of a government contract; failure to register in the CCR database may cause your firm to be ineligible for award. A pre-bid/pre-proposal conference will be conducted at Hickam AFB, HI, on or around 2 April 2009 (exact date, time and location will be provided in the RFP), for the purpose of explaining the concepts involved with the project and answering questions regarding the project and solicitation. If there are any questions on the above information, please send them by e-mail to both Timothy Huling, Timothy.Huling@hickam.af.mil and Lt James Thompson, James.Thompson@hickam.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7c9f3e6694fbd745b97540482e131fec&tab=core&_cview=1)
 
Place of Performance
Address: 90 G Street, Bldg 1200, Hickam AFB, Honolulu, Hawaii, 96815, United States
Zip Code: 96815
 
Record
SN01744026-W 20090206/090204220956-7c9f3e6694fbd745b97540482e131fec (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.