SOURCES SOUGHT
Z -- Multiple Award Construction Contract
- Notice Date
- 11/14/2014
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
- ZIP Code
- 83648-5258
- Solicitation Number
- FA4897-16-S-MACC
- Archive Date
- 12/23/2014
- Point of Contact
- Monica H. Bardsley, Phone: 208-828-3115
- E-Mail Address
-
monica.bardsley@us.af.mil
(monica.bardsley@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 366th Contracting Squadron (366 CONS) is seeking sources for a Multiple Award Construction Contract (MACC). This Indefinite-Delivery Indefinite Quantity (IDIQ) contract will be awarded utilizing individual Task Orders (TO). The TOs will provide a vehicle for execution of a broad range of maintenance, repair, and minor construction performed under a design-build or build process. CONTRACTING OFFICE ADDRESS: 366 CONS/LGCB 366 Gunfighter Way Suite 498 Mountain Home AFB ID 83648 INTRODUCTION: The 366 CONS is seeking capabilities from Large, Small, Small Disadvantaged (SDB), 8(a), Women Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: Projects under this IDIQ contract will consist of construction work based on a general statement of work further defined within each individual task order. The contractor shall provide all material, equipment, labor, and general conditions to accomplish the work required for each individual TO. Contractor efforts may also include design (35% - 100%). In-house design capability, or readily available access to design capability, is a must for MACC projects. These projects may include alteration and repair to existing infrastructure or new construction of building or facilities. The performance period for this contract will be one (1) twelve (12) month base period, with four (4) twelve (12) month option periods. The intent is to award up to three (3) contracts. TOs may range from $500,000 to $5,000,000 and shall be completed among all selected contractors. The aggregate not to exceed amount for this IDIQ contract is estimated at $30,000,000.00 with a minimum guarantee of $2,000.00. Projects issued under this IDIQ could be either Invitation for Bids or Request for Proposals. Prime contractors shall be capable of securing bonding up to the amount of theTO (Bid, Payment, Performance, etc). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System (NAICS) codes, Sector 23 Construction, Subsector 236 Construction of Buildings, Size Standard $33.5M; Subsector 237 Heavy and Civil Engineering Construction, Size Standard $33.5M (except Dredging and Surface Cleanup Activities, $20M); and Subsector 238 Specialty Trade Contractors, Size Standard $14M. To assist 366 CONS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). IAW FAR 52.204-13, contractors shall be registered in the System for Award Management (SAM) database via www.sam.gov. SUBMISSION DETAILS: Responses should include a capabilities package with the following information: 1) Business name and address; 2) Name of company representative and their business title, telephone number, and e-mail address; 3) Business Size and Type of Small Business (if applicable) in relation to the NAICS code size standard assigned for this acquisition; 4) Cage Code; 5) DUNS Number; 6) Bonding capacity (single and aggregate) 7) Number of Employees, Number of Years in Business 8) Positive Statement of your intent to submit a proposal for this solicitation as a prime contractor 9) Provide five (5) examples of past and/or current (present to past 5 years) performance of projects over $1M, as a prime contractor to include: (a) Contract identification number and type of contract (i.e. FFP, etc) (b) Title and brief summary of the project requirements (c) Contracting agency or firm (Government or commercial) (d) Value of contract(s) at award and on completion (including modifications) (e) Points of contact on the project with their telephone number and email address (f) Percentage of work completed as the Prime contractor (g) List all trades included in the project (i.e. plumbing, electrical, HVAC, mechanical, etc). Interested businesses should submit no more than ten pages. Prime contractors, must be US-owned entities. Vendors who wish to respond to this should send responses via email NLT 8 December 2014, 4:00 PM Mountain Time to Monica H. Bardsley, monica.bardsley@us.af.mil. Please be advised that all submissions become Government property and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897-16-S-MACC/listing.html)
- Place of Performance
- Address: Mountain Home, Idaho, 83647, United States
- Zip Code: 83647
- Zip Code: 83647
- Record
- SN03573568-W 20141116/141114234538-4a794e93a99df53df283f12e3725fdb5 (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 |