SOURCES SOUGHT
Y -- MATOC
- Notice Date
- 2/8/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
- ZIP Code
- 68113-2107
- Solicitation Number
- FA4600-16-D-000X
- Archive Date
- 2/23/2016
- Point of Contact
- Stephen T Robles, Phone: 4022325679, Christopher A Raney,
- E-Mail Address
-
stephen.robles@us.af.mil, christopher.raney@us.af.mil
(stephen.robles@us.af.mil, christopher.raney@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 55th Contracting Squadron, Offutt AFB, NE is seeking capabilities from Small, Small Disadvantaged (SDB), 8(a), Woman 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 for a Multiple Award Task Order Contract (MATOC). The MATOC is multiple award, competitive Indefinite-Delivery Indefinite-Quantity (IDIQ) construction contract based on a general statement of work further defined with each individual task order.. Task Orders will provide a vehicle for execution of detailed task specifications that encompass most types of real property maintenance, repair, and minor construction work estimated between $2,000.00 and $750,000.00. These contracts will replace the current Simplified Acquisition of Base Engineering Requirements contract (SABER). In-house design capability or ready access to design capability is a must for projects including alteration and repair to existing infrastructure. 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 work as described in the Statement of Objectives (SOO) of individual Task Orders. Typically, the contractor will be required to provide submission and negotiation of a minimum design and a cost proposal for each project. The Government anticipates awarding four to six Firm-Fixed Price contracts. PERFORMANCE LOCATION: Offutt AFB, Nebraska. DOLLAR VALUE: The cumulative MATOC value is $49M maximum. The value of individual Task Orders is typically from $2K - $750K. 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 up to the amount of the task order (Bid, Payment, Performance, etc...). 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 and a six (6) month extension of services period. 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 package for this Sources Sought. Contractors are highly encouraged to submit a package containing the contents outlined in the below paragraphs by 4:30 p.m. (local time) on 4 February 2016 to SrA Stephen Robles at stephen.robles@us.af.mil and TSgt Christopher Raney at christopher.raney@us.af.mil. 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 up to and including $10M. 4. Demonstrate 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. These Task Orders may include the following types of work: Airfield Pavement/Construction effort, Demolition of buildings, renovation of buildings to include roofing and utility infrastructure repairs. This list is not all inclusive of work that could be performed on a potential contract. 5. Demonstrate in-house Architect and Engineering (Up to 100%) design capability or ready access to design capability for projects including alteration and repair to existing infrastructure, to include a wide variety of individual or multiple construction projects, from an on-the-shelf design or a design provided by in-house designers (including design/build ranging from concept up to 100% level of effort). 6. Provide 5 examples of past and/or current (present to past 5 years) performance of projects under $750K, as a prime 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. contracting agency or firm (Government or commercial) D. value of contract(s) at award and on completion (include modifications) E. points of contact on the projects with their telephone numbers and e-mail addresses F. percentage of work completed as the Prime Contractor G. list all trades included in the project (plumbing, electrical, HVAC, etc.) Interested parties shall not submit more than 15 single-sided, type-written pages using 12-point type or larger. 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. Please note that this Sources Sought does not in any way obligate the Government to award a subsequent Contract. This Sources Sought is for market research and informational purposes only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-16-D-000X/listing.html)
- Place of Performance
- Address: Offutt AFB, Ne, Offutt AFB, Nebraska, 68123, United States
- Zip Code: 68123
- Zip Code: 68123
- Record
- SN04013009-W 20160210/160208234309-56b73bfc478f386835b77c428aa1402e (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 |