SOURCES SOUGHT
Z -- Multiple Award Construction Contract
- Notice Date
- 11/7/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- FA282318R4001
- Archive Date
- 12/15/2017
- Point of Contact
- Frances A. De Gori, Phone: 8508823098, Christopher Slater, Phone: 8508825628
- E-Mail Address
-
frances.de_gori@us.af.mil, christopher.slater.3@us.af.mil
(frances.de_gori@us.af.mil, christopher.slater.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice. This is NOT a pre-solicitation notice pursuant to FAR Part 5. The United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operational Contracting Office, Eglin and Hurlburt AFB, Florida is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) that are capable of performing on a Multiple Award Construction Contract (MACC) across multiple construction disciplines. Disciplines will encompass a range of North American Industry Classification Standards (NAICS). The anticipated NAICS ranges will primarily be (but not limited to) General Construction 236220 - Addition, alteration and renovation, commercial and institutional building ($36.5M Size standard); 238220 - Plumbing, HVAC, Fire Suppression; and 238210- Electrical ($15.0M size standard); but, may also include 237XXX - Heavy and Civil Engineering Construction ($27.5M-$36.5M size standard). All interested vendors shall submit a response demonstrating their capability to perform the anticipated construction services within the NAICS range provided. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The estimated magnitude of the entire MACC effort is anticipated to have a ceiling of $160,000,000.00 with a five (5) year ordering period. Respondents should indicate their business and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB) based on the range of NAICS listed above. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses shall be submitted electronically to the following e-mail address: frances.de_gori@us.af.mil with a courtesy copy to christopher.slater.3@us.af.mil. All correspondence sent via email shall contain a subject line that reads "Eglin MACC". Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Only government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. RESPONSES ARE DUE NO LATER THAN 2:00 P.M. (CST) 30 November 2017. Direct all questions concerning this requirement to Frances De Gori or Christopher Slater at frances.de_gori@us.af.mil or christopher.slater.3@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/512685a677ee252911815bbb3ccad64b)
- Place of Performance
- Address: Eglin AFB and Hurlburt AFB, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN04734535-W 20171109/171107231725-512685a677ee252911815bbb3ccad64b (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 |