Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2016 FBO #5285
SOURCES SOUGHT

Z -- Multiple Award Construction Contract (MACC) for National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center (AFRC)

Notice Date
5/11/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
NND16587308L
 
Archive Date
6/30/2016
 
Point of Contact
Andrea Basham, Phone: 6612766126, Brian G. Bowman, Phone: 6612763329
 
E-Mail Address
andrea.c.basham@nasa.gov, brian.g.bowman@nasa.gov
(andrea.c.basham@nasa.gov, brian.g.bowman@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/AFRC is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for an indefinite delivery indefinite quantity (IDIQ) MACC for general construction work with performance primarily at NASA/AFRC main campus located on Edwards Air Force Base, California 93523 or at component facility NASA/AFRC B703, 2825 East Avenue P, Palmdale, California 93550. Task orders issued under this effort may use any procedure outlined in Federal Acquisition Regulation (FAR) Part 36 and NASA Far Supplement (NFS) Part 1836 including design-bid-build and design-build. Construction work will include overall responsibilities for new construction, additions, alterations, maintenance, and repairs of institutional building and related structures with the expectation of subcontracting opportunities in specialty trades such as architectural, mechanical, electrical, plumbing, civil, structural, roofing, demolition, environmental support, and United States Green Building Council Leadership in Energy and Environmental Design (LEED). The contractors must be able to provide a bonding capability of $10M for a single project and an aggregate bonding capability of $30M. The contractors must be able to manage and perform multiple projects simultaneously. The contractors shall be able to manage and perform projects with a broad range of technical complexity and specialty trades (including but not limited to site work, paving, utilities, structures, mechanical, electrical and plumbing systems, finishes, furnishings/outfitting, carpentry). AFRC's work environment is challenging for general construction work. It is a secured area requiring specific credentials for access. AFRC has ongoing operations that may take precedence over construction efforts. Contractors will also be required to perform work in occupied facilities and must demonstrate the ability to perform safely under these conditions. Capability statements shall be submitted electronically only, via e-mail, to the primary Point of Contact (POC) listed below. The Capability Statement, exclusive of a one-page summary, shall NOT exceed ten (10) pages (including attachments) and shall contain a minimum font size of 12 in Times New Roman. The one-page summary shall include: (1) company's name, address, primary POC and telephone number; (2) company's average annual revenues for the past three years; (3) description of principal business activity and number of employees; (4) number of years in business; (5) company's business size standard (specifically identify if you are a small business, 8(a) Business Development Participant, Service-Disabled Veteran Owned Small Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business, or a HUB Zone Small Business); (6) and DUNS number and CAGE code (for prime and subcontractor/teaming partners). The supporting detailed information shall include a listing of relevant work performed in the previous 5 years to include (1) customer contact information (address, current phone number and current e-mail address), (2) contract number, (3) contract type, (4) dollar value of project, and (5) customer/agency name. The information shall also include proof of bonding capability at the individual project and aggregate level. The information shall identify the firm's specific capabilities that are relevant to, and reflect the magnitude of AFRC requirements, including design build capabilities. It is not sufficient to provide only general brochures or generic information. The information shall also include relevant past experience for each teaming partner/subcontractor. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted to Andrea Basham at andrea.c.basham@nasa.gov no later than 5:00 p.m. Pacific on June 15, 2016. Please reference NND16587308L in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND16587308L/listing.html)
 
Place of Performance
Address: NASA/AFRC Edwards Air Force Base, California 93523, NASA/AFRC B703, 2825 East Avenue P, Palmdale, California 93550., Edwards, California, 93523, United States
Zip Code: 93523
 
Record
SN04113865-W 20160513/160511235002-7cd28337006bf0f519714c104af32725 (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.