Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2014 FBO #4767
SOURCES SOUGHT

Y -- MACC for Joint Base Charleston

Notice Date
12/11/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-15-R-0006
 
Archive Date
1/28/2015
 
Point of Contact
William B. Mann, Phone: 8439635180, Cheryl Bennett, Phone: 843-963-5173
 
E-Mail Address
william.mann.12@us.af.mil, cheryl.bennett@us.af.mil
(william.mann.12@us.af.mil, cheryl.bennett@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: Multiple Award Construction Contract (MACC) for Joint Base Charleston Solicitation Number: FA4418-15-R-0006 The 628th Contracting Squadron at Joint Base Charleston, SC is seeking sources for a Multiple Award Construction Contract (MACC) at Joint Base Charleston, North Charleston, South Carolina. Work may be performed at Joint Base Charleston; North Auxiliary Airfield (North, SC), Shortstay Naval Recreation Area (Moncks Corner, SC), and/or other related sites. This MACC will be an Indefinite-Delivery Indefinite Quantity (IDIQ) contract for construction projects that shall 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 bid-build process. In-house design capability or ready access to design capability is a must for projects including alteration and repair to existing infrastructure. Work may potentially involve new construction of buildings or 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 include 100% design and work as described in the Statement of Work (SOW) of individual Task Orders. The estimated contract value is not-to-exceed $125,000,000 for the life of the contract (base year plus four option years). TOs may range from $350,000 to $5,000,000 and shall be competed among all selected contractors. 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 three (3) - five (5) contracts. The anticipated North American Industry Classification System (NAICS) codes are, 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. SPECIAL REQUIREMENT/CONCERNS: This contract will be a firm-fixed price. Capabilities are sought from Large, Small, 8(a), 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. Interested concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 13 January 2015. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside you qualify for under the applicable NAICS codes (Large, HUBZone, 8(a), or SDVOSB). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles 3. Dollar amounts 4. Percent and description of work self-performed 5. Points of contacts with current telephone numbers. (d) Evidence of bonding capability of a minimum of $10,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested concerns. If adequate interest is not received from Large, HUBZone, 8(a) or SDVOSB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors may be selected procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest price. NOTES: (1) The solicitation, SOW and drawings will be available on the website on or about 19 Feb 2015, at the www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this sources sought. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk of expense of the contractor. (6) In accordance with DFARS 252.209-7993, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-15-R-0006/listing.html)
 
Place of Performance
Address: Joint Base Charleston (North Charleston and Goose Creek, SC); North Auxiliary Airfield (North, SC), Shortstay Naval Recreation Area (Moncks Corner, SC), United States
 
Record
SN03594202-W 20141213/141211234949-40b9862a4bb8fa2532603c1eaa80199c (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.