Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2018 FBO #6008
SOLICITATION NOTICE

Z -- Multiple Award Construction Contract

Notice Date
5/4/2018
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron, 206 J Street, Bldg. 1662, Sheppard AFB, Texas, 76311-2746, United States
 
ZIP Code
76311-2746
 
Solicitation Number
FA3020-18-R-0008
 
Point of Contact
Christine Basham, Phone: 9406764450, Laura L. McRee, Phone: 9406765185
 
E-Mail Address
christine.basham.1@us.af.mil, laura.mcree@us.af.mil
(christine.basham.1@us.af.mil, laura.mcree@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
A request for proposal (RFP) for a Multiple Award Construction Contract (MACC) Indefinite Delivery/Indefinite Quantity (IDIQ) contract, for Sheppard Air Force Base, Altus Air Force Base, Lake Texoma Annex, and Frederick Airfield Oklahoma will be issued not sooner than 15 days from the date of this synopsis. The Government anticipates awarding up to six contracts as a result of this RFP. Subsequent task orders under the MACC program will then be competed among the MACC awardees to fulfill selected construction requirements at these locations. The minimum guaranteed amount, for the life of all subsequent contracts, is $1,500.00 per contract. The maximum amount of the MACC program is $150,000,000.00 aggregate for all contracts awarded under this solicitation. The Government reserves the right to use other means of contracting for construction in addition to issuing task orders on the MACC. All work shall be in accordance with the statement of work and drawings provided for the seed project and all subsequent task orders. Work will consist of furnishing all necessary material, equipment, labor and and general conditions to accomplish the following: 1) Management, superintendence and execution of general construction, maintenance, repair and alteration projects of varying scope, complexity and price, at four (4) Government owned and/or operated installations, as detailed above. Projects issued against the subject contract may be of a single or multi-discipline nature and may be design/build or construction only. 2) The work shall be executed in the best and most workmanlike manner by qualified, careful, and efficient engineers, mechanics, and technicians skilled in the respective trades, which include (but are not limited to): electrical, mechanical, painting, engineering/design, paving, flooring, roofing, structural repair, fencing, HVAC, and fire suppression/protection system installation. All work shall be accomplished in strict adherence to the contract documents and industry or regulatory standards. All technicians working in a capacity or position requiring certification, or license, shall be available for mechanics, electricians and technicians at the jobsite throughout contract operations. For those trades not requiring a license, the contractor shall have a minimum of three years experience in the trade. The Government reserves the right to request work references. 3) Contractors will be required to submit past performance references for general construction on Federal installations, municipal/state projects, or other commercial contracts of comparable size and dollar amount with the proposal. 4) Performance period for the base contract is approximately 5 years. POTENTIAL OFFEROR NOTE A: Funds are not presently available for this requirement. Award will be made contingent upon the availability of funds. POTENTIAL OFFEROR NOTE B: This RFP is being issued for competition between 8(a) firms serviced by the Texas and Oklahoma Small Business Administration offices. Applicable NAICS code for this project is 238990 with a size standard of $15 Million dollars; however, it is anticipated that work in other construction disciplines will also be awarded under the resultant contract(s). Solicitation and any subsequent amendments will be posted through the electronic posting system FedBizOpps ( http://fbo.gov/ ). Paper copies will not be provided. Contractors will be solely responsible for monitoring the Internet and obtaining the solicitation documents and any subsequent amendments. Interested offerors must ensure they are registered with the System for Award Management (SAM) in accordance with FAR 52.204-7, System for Award Management.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ShepAFBCO/FA3020-18-R-0008/listing.html)
 
Place of Performance
Address: Sheppard AFB, Texas, Lake Texoma Annex, Texas, Altus AFB, Oklahoma, and Frederick Airfield, Oklahoma, Sheppard AFB, Texas, 76311, United States
Zip Code: 76311
 
Record
SN04911106-W 20180506/180504230455-2b18d5456c6ba2d3d0bb3a9b7d51d37e (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.