SOURCES SOUGHT
Z -- Multiple Award Construction Contract (MACC), Wright-Patterson Air Force Base Ohio
- Notice Date
- 10/15/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- ZHTV121001
- Archive Date
- 12/31/2012
- Point of Contact
- Jude Ike Osudoh, Phone: 937-522-4518, Kevin D Parks, Phone: 937-522-4578
- E-Mail Address
-
jude.osudoh@wpafb.af.mil, kevin.parks@wpafb.af.mil
(jude.osudoh@wpafb.af.mil, kevin.parks@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Air Force is seeking sources for a potential 100% set-aside for small business concerns, for a Multiple Award Construction Contract (MACC) at Wright-Patterson Air Force Base (WPAFB), Ohio. If adequate responses are not received, the acquisition will be solicited on an unrestricted basis. THIS SOURCES SOUGHT IS FOR PLANNING PURPOSES ONLY. The MACC is an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for design-build or design-bid-build construction projects that shall be awarded via individual task orders. The Air Force intends to award a minimum of Six (6); but potentially, up to Ten (10) contracts on this effort. Contractors selected for award will form the pool of contractors eligible to compete for individual Task Orders. Each Task Order will be evaluated based on the terms and conditions of the corresponding solicitation. Task Orders will consist of a broad range of construction tasks, including but not limited to: a) new construction of buildings and structures, b) alteration and repair of buildings, structures, roads, grounds, roofs, etc. c) specialty construction (e.g. laboratories, medical facilities, wind tunnels etc.) d) utilities (both above ground and underground) e) miscellaneous services such as hazardous material waste removal (i.e. asbestos, lead based paint etc.). f) work requiring in-house Architect-Engineering capability, up to 100% design or accessibility to such design capability. g. Contractors should be experienced in working in occupied facilities. The contractor shall provide all material, equipment, labor and general conditions to accomplish the work required for each individual Task Order. Contractor efforts may also include design (35% - 100% design), and works as described in the Statement of Work (SOW) of individual Task Orders. DOLLAR VALUE: The cumulative MACC value is $100M maximum. The value of individual Task Orders is typically from $200K - $5M. However, there is a potential that Task Orders may be more or less than this range. BONDING: Prime Contractors shall be capable of securing bonding in the amount of $5M minimum and potentially as much as $10M. PERIOD OF PERFORMANCE (POP): The period of performance is expected to be one (1) twelve (12) month base contract period, with four (4) twelve (12) month option periods. NAICS CODE: 236220 SIZE STANDARD: $33.5M In accordance with FAR 52.204-99, contractors must be registered in the System for Award Management (SAM) database via www.sam.gov Prime contractors, must be US-owned entities, who intend to submit a proposal for this solicitation are highly encouraged to submit the following by 3:00PM (local Dayton time) on 15 November 2012: 1. Company Information - Name, Business Address, Point of Contact, Telephone Number, E-mail Address, Business Size in relation to the NAICS code size standard assigned to this acquisition, Number of Employees, Number of Years in Business etc., and a positive statement of your intention to submit a proposal for this solicitation as a prime contractor. 2. Socio-economic Status (e.g., Small Business, HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), and any associated documentation of such status, certification or approvals. 3. Documentation from Surety or their Agent of your capability to be bonded for bid, performance, and payment bonds 4. Representation of the ability to execute multiple Task Orders concurrently in a wide variety of design and construction efforts as earlier stated in this document. Identify specialty construction trades as well as experience in delivering design-build projects 5. Past and/or current performance of projects over $1M, as a prime contractor or sub-contractor, to include the following information: A. contract identification number and type of contract (e.g. - FFP etc.) B. title and brief summary of the project requirements C. value of contract(s) at award and on completion (include modifications) D. percentage of work carried out by your firm E. points of contact on the projects with their telephone numbers 6. If considering a joint venture, evidence that this consideration has been forwarded to the appropriate Small Business Administration (SBA) office for approval Please limit your submissions to 7 pages only. Fax or e-mail responses will be accepted. Please include your DUNS Number or CAGE Code on your response. All of the above must be submitted in sufficient detail for a decision to be made on the availability of small business concerns. Failure to submit all information requested will result in a contractor being considered "non-responsive". A decision on whether this will be pursued as a set-aside or on an unrestricted basis will be posted as a modification to this notice at www.fbo.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/ZHTV121001/listing.html)
- Place of Performance
- Address: Wright-Patterson Air Force Base, (WPAFB), Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02913498-W 20121017/121015233824-acd341a9b5a50e09ee6491abe60c656b (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 |