SOURCES SOUGHT
Y -- IDIQ MACC Contract - Sources Sought
- Notice Date
- 11/24/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 92nd Contracting Squadron, 110 West ENT, Fairchild AFB, Washington, 99011-8568, United States
- ZIP Code
- 99011-8568
- Solicitation Number
- FA4620-11-R-B001
- Archive Date
- 1/15/2011
- Point of Contact
- Glenn E Adams, Phone: 509-247-4865, Matthew Mazgajewski, Phone: 509-247-4866
- E-Mail Address
-
glenn.adams@us.af.mil, matthew.mazgajewski@fairchild.af.mil
(glenn.adams@us.af.mil, matthew.mazgajewski@fairchild.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- General Information Document Type: Sources Sought Solicitation Number: FA4620-11-R-B001 Classification Code: Y -- Construction of Structures and Facilities NAICS Codes: 236-- Commercial and Institutional Building Construction 237-- Heavy, Highway and Civil Engineering Construction 238-- Specialty Trades Contracting Office Address Department of the Air Force, Air Mobility Command, 92nd Contracting Squadron, 110 W. Ent Street, Fairchild AFB, WA 99011-8568 Description Sources Sought: The 92nd Contracting Squadron is publicizing this SOURCES SOUGHT NOTICE in order to gather industry interest and information with respect to a potential Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract (MACC) program at Fairchild AFB WA. No solicitation is being issued at this time. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. The Air Force will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation, including specifications and/or drawings, will be made available on the Federal Business Opportunities website (http://www.fbo.gov/). Interested parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates/amendments. The government is seeking to identify qualified, experienced, and interested potential businesses capable of performing the type of work as described herein. The MACC provides a vehicle for execution of a broad range of maintenance; repair and minor construction performed under a design/build or bid/build process. For the purpose of this Request for Information (RFI), the 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 $33.5 Million, Subsection 237 - Highway, Heavy and Civil Engineering Construction, size standard $33.5 Million, and Subsection 238 - Specialty Trade Contractors, size standard $14 Million. Contractors will be expected to accomplish a wide variety of individual construction projects, including design/build (ranging from concept up to full 100% design), renovation, and additions/upgrades, along with specific work in hazardous material survey/abatement, heating/ventilation/air conditioning, electrical, mechanical, and other major trades. In-house design capability or ready access to design capability is a must for projects under the MACC. Description of the work will be identified in each individual task order. Individual task orders value may range from $500,000 to $10,000,000. The program value is Not-to-Exceed $70,000,000 over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. This acquisition is being considered as a total small business set-aside. All interested parties are invited to respond and prospective contractors must be registered in the Central Contractor Registration (CCR) database at http://www.ccr/gov/ before award of a government contract; failure to register in the CCR database will cause your firm to be ineligible for any future award. Any subsequent RFP will include a seed project that will be used to rate offeror's capabilities to determine basic contract awardees. The highest rated awardee will also receive award of the seed project. All other successful contract awardees are guaranteed a minimum of $2,500 during the first year only. The government will compete future individual requirements with all of the awardees. The government anticipates an award of up to six (6) contracts. The government will evaluate offers utilizing the best value source selection procedures described in the Federal Acquisition Regulation (FAR Part 15.3) and Air Force Federal Acquisition Regulation Supplement (AFFARS 5315.3). If your firm has an interest in proposing on a future requirement as described above, please prepare a Capability Statement with details as follows: 1. Company name, address, point of contact (POC), telephone and fax numbers, email address of POC, CAGE Code, DUNS number. 2. Company's business size, to include the number of employees, number of years in the construction industry, and average annual gross revenue for the last three fiscal years. 3. Socioeconomic status, (e.g., SBA Certified 8(a) Program Participant, HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, etc.). 4. Potential teaming arrangements and delineation between the work that will be accomplished by the prime and the work accomplished by the teaming partner(s). Note: For general and heavy construction 15% of the cost of the contract, not including the cost of materials, must be performed by the prime contractor with its own employees. For special trade construction, such as plumbing, electrical or tile work, 25% percent must be self-performed by the prime contractor with its own employees. 5. Representation of ability to execute a broad range of maintenance, repair, and construction of real property (i.e. carpentry, excavation, interior renovation, exterior renovation, electrical, plumbing, painting, paving, roofing, demolition, masonry, hazardous material survey/abatement, and HVAC) from an on-the-shelf design, or a design provided in-house or through subcontract designers (including design/build ranging from concept to full 100% design). Identify specialty construction trades performed by prime company employees, if any, as well as experience in delivering multi-trade design/build projects. 6. In-house Architect-Engineering capability, up to complete 100% design or ready access to design capability. Identify if you : 1) have in-house design capability; 2) have state certified Professional Engineers and/or registered Architects on staff ; 3) which A-E disciplines you have the ability to design in-house (Mechanical, Electrical, Structural, Fire Protection, etc.), and 4) or whether you subcontract all A-E services. 7. Surge capability to provide significant increase in support (e.g. rapidly identify, employ and equip resources) in the event of a government End of Fiscal Year (EOFY) or Economic surge in number, size or complexity of projects. 8. Past/Current performance for projects within the last 3 years where your firm was the Prime Contractor, to include: a. Contract identification number(s) b. Title and a brief summary of the project requirements c. Contracting Agency or firm (Government or commercial) d. Value of contracts at award and completion to include the number/value of modifications e. Type of contract (fixed price, cost reimbursement, labor hour, etc.) f. Design-Build or Bid-Build (looking for representation of each) g. Percentage of work done as the Prime Contractor 9. Largest multi-trade project your company has successfully completed, to include value, name and location of client, date completed, and whether the project was renovation or new construction. 10. Identify bonding capacity and name(s) of surety(ies). 11. Provide recommendations of commercial practices the Government should consider implementing for this acquisition. Please prepare and submit Capability Statement by one of the following methods: Mail: Address to 92nd CONS/LGCB Attention: Glenn Adams,110 W. Ent Street Fairchild AFB, WA 99011-8685 FAX: (509) 247-8685 Address to 92nd CONS/LGCB Attention: Glenn Adams EMAIL: Address to glenn.adams@us.af.mil and matthew.mazgajewski@us.af.mil. Note: Emails may not be received due to file size or firewall rejection; therefore, follow-up via telephone is strongly recommended to ensure receipt of your submission if an acknowledgement is not received back via email by the Government. Contact telephone numbers are (509) 247-4865 or 247-2071. The solicitation is expected to be electronically posted on or about 30 June 2011. Contracting Office Address: 92nd Contracting Squadron/LGCB 110 W. Ent Street Fairchild AFB, WA 99011-8568 Attention: Glenn Adams Place of Performance: Fairchild AFB, WA 99011 United States Primary Point of Contact: Glenn Adams Contracting Officer Phone: (509) 247-4865 Email: glenn.adams@us.af.mil Secondary Point of Contact: Matthew Mazgajewski Contract Specialist Phone: (509) 247-2071 Email: matthew.mazgajewski@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/92CONS/FA4620-11-R-B001/listing.html)
- Place of Performance
- Address: Department of the Air Force, Air Mobility Command, 92nd Contracting Squadron, 110 W. Ent Street, Fairchild AFB, Washington, 99011-8568, United States
- Zip Code: 99011-8568
- Zip Code: 99011-8568
- Record
- SN02333394-W 20101126/101124234045-afd587d0d898a1eddbc89dcd594b7457 (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 |