SOLICITATION NOTICE
C -- Multiple Award Construction Contract (MACC) JB Andrews and JB Anacostia-Bolling
- Notice Date
- 7/28/2020 12:09:00 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA2860 11 CONS LGC JB ANDREWS MD 20762-7001 USA
- ZIP Code
- 20762-7001
- Solicitation Number
- FA286020R0045
- Response Due
- 9/10/2020 9:00:00 AM
- Archive Date
- 09/25/2020
- Point of Contact
- Ms. Sara Strange, Phone: 2406125685, MACC ORG BOX
- E-Mail Address
-
sara.strange@us.af.mil, 316CONS.MACC.ORG@us.af.mil
(sara.strange@us.af.mil, 316CONS.MACC.ORG@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- Amendment 01 - The purpose of Amendment 01 is administrative in nature and is strictly to upload Attachment 17 (Section L - Instructions, Conditions, and Notices to Offerors) and Attachment 18 (Section M - Evaluation Factors for Award) that failed to upload previously.� No other updates/changes are made as a result of this amendment. =============== The Multiple Award Constuction Contract (MACC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract�is�for a broad range of maintenance, repair, and minor construction requirements affecting real property at JB Andrews, Maryland and JB Anacostia-Bolling, Washington, DC. Requirements include, but are not limited to the furnishing of all personnel, equipment, tools, materials, supervision, and other items and services necessary to design, manage, and accomplish a broad range of repair, alteration, and/or new construction work on various real property facilities. The projects will include tasks in a variety of trades such as demolition, site work, excavation, cast-in-place concrete, masonry, structural steel, electrical, mechanical (including HVAC), painting, carpentry, roofing, millwork, road repair, and other specialty and general contracting work. Contractor efforts generally also include the development of design documentation from a statement of work and/or other preliminary requirements documents. Contractor designs shall include industry standard and Air Force, JB Andrews, and JB Anacostia-Bolling specific requirements including, but not limited to, drawings, specifications, design analysis that is representative of various design efforts (as identified within each Task Order). Review all attachments to ensure understanding of the MACC and its specifications. PERFORMANCE LOCATION: JB Andrews, Maryland, JB Anacostia-Bolling, Washington, DC, and tenant units/locations. PERIOD OF PERFORMANCE (PoP): The period of performance is expected to be one (1) twelve (12) month base contract period, with 6 (six) twelve (12) month option periods. ESTIMATED CONTRACT VALUE: The estimated ceiling value for this requirement is $100M per year, for a total of $700M over seven years. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: 236220 SIZE STANDARD: $39.5M. In accordance with FAR 52.204-7, contractors must be registered in the System for Award Management (SAM) database. There is no cost to use SAM, please go to https://www.sam.gov for more information. Prime contractors who intend to submit a proposal for this solicitation must be US-owned entities. Contractors shall be registered in SAM prior to any contract award.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5293cbafce2d4aa087f029bea245b890/view)
- Place of Performance
- Address: JB Andrews, MD 20762, USA
- Zip Code: 20762
- Country: USA
- Zip Code: 20762
- Record
- SN05735797-F 20200730/200728230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |