Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2015 FBO #4837
SOURCES SOUGHT

Z -- Multiple Award Construction Contract (MACC)

Notice Date
2/19/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
VAFB-MACC
 
Archive Date
3/20/2015
 
Point of Contact
Jeffrey C. Grelck, Phone: 805-606-8437, Horacio Fernandez, Phone: (805) 606-3983
 
E-Mail Address
jeffrey.grelck@us.af.mil, horacio.fernandez@us.af.mil
(jeffrey.grelck@us.af.mil, horacio.fernandez@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 30th Contracting Squadron is publicizing this SOURCES SOUGHT NOTICE in order to gather industry information and input with respect to a potential Multiple Award Construction Contract (MACC) program at Vandenberg AFB, CA, Edwards AFB, CA and Los Angeles AFB, CA. 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. Responses will not be considered as proposals, nor will any award be made as a result. 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 only on the Federal Business Opportunities website (https://www.fbo.gov/). Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments. The Government is seeking to identify qualified, experienced, and interested potential businesses capable of performing the type of work as described herein in order to potentially help determine which business set-aside to use. The envisioned MACC program would consist of indefinite-delivery, indefinite-quantity contracts to provide a vehicle for executing a broad range of maintenance, repair and new construction of buildings, facilities, or base infrastructure, performed under a design/build or bid/build process. In general, MACC program contractors would be given fair opportunity to compete for projects described in individual task order solicitations and would be expected to accomplish a wide variety of construction tasks, including design/build, renovation, additions/upgrades, and new construction integrating multiple construction trades/disciplines. Work may include full project design from a concept or performance-oriented statement of work. In-house design capability or ready access to design capability is a must for projects under MACC. For the purpose of this Request for Information (RFI), the anticipated North American Industrial Classification System (NAICS) code is 236220 / Commercial and Institutional Building Construction, with a size standard of $36,500,000. All interested parties are invited to respond and must be currently registered in the System for Award Management (SAM) database (http://www.sam.gov/). The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement evolve from this preliminary planning process, it is anticipated that contracts will be awarded for a term consisting of one base year plus four, 1-year option periods. Task Orders written against MACC contracts are anticipated to range between $2,000 and $10,000,000. The overall program value is still under consideration; accordingly, at this point it is roughly anticipated to range between $250,000,000 and $500,000,000 over a five-year period. If your firm has an interest in proposing on future requirements as described above, please prepare and transmit a Capability Statement to Horacio Fernandez and Jeffrey Grelck via mail addressed to 30 CONS/LGCA, 1515 Iceland Ave, Bldg 8500, Room 150, Vandenberg AFB, CA 93437-5212, fax to (805) 606-5479, or email (preferred method) to horacio.fernandez@us.af.mil and jeffrey.grelck@us.af.mil, not later than 4:30 PM PDT, 5 March 2015. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email by 12:00 PM PDT, 6 March 2015) is recommended to ensure receipt of your submission by the Government. We request Capability Statements address the following: 1. Company name, address, point of contact (POC), telephone number, fax number, email address, CAGE Code, and DUNS Number. 2. Company's business size, average annual receipts for the last three fiscal years (please indicate fiscal period), and number of years in the construction industry. 3. Applicable business size and/or socioeconomic statuses (i.e. Large Business, Small Business, SBA Certified 8(a) Program Participant, SBA Certified HUB Zone Firm, Service Disabled Veteran Owned Small Business, Woman Owned Small Business, Economically Disadvantaged Woman Owned Small Business). 4. 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, HVAC, etc.) from an on-the-shelf design, or a design provided by in-house or subcontract designers (including design/build ranging from concept up to 100% level of effort). Identify specialty construction trades performed with company employees, if any, as well as experience in delivering multi-trade design-build projects. 5. In-house Architect and Engineering (Up to 100%) design capability or ready access to design capability. Identify if you have in-house design capability, if you subcontract all Architect/ Engineering design work, if you have state certified Professional Engineers and/or registered Architects on staff, and which disciplines you have the ability to design in-house (i.e. Mechanical, Electrical, Structural, Fire Protection, etc.). 6. Past/Current (present to up to past 5 years) performance background such that you were the Prime Contractor, to include: a. Contract identification number(s) b. Title and a brief summary of the objective of the effort c. Contracting agency or firm (Government or commercial) d. Point of Contact information such as: Name/Email/Telephone Number e. Value of the contract(s) f. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour g. Design-Build or Bid-Buildh. Percentage of work done as the Prime Contractor 7. Identify largest multi-trade project your company has successfully delivered (to include dollar amount, client, date completed, renovation or new construction). 8. Identify bonding capacity (single and aggregate) and name(s) of surety(ies). 9. Identify commercial practices that the Government should consider implementing for this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/VAFB-MACC/listing.html)
 
Place of Performance
Address: California, United States
 
Record
SN03646286-W 20150221/150219235334-a8d8330999c7fe781f58a3ae44ffed8f (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.