Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2022 SAM #7489
SOURCES SOUGHT

99 -- Holloman AFB MACC Sources Sought

Notice Date
5/31/2022 8:02:47 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA4801 49 CONS PK HOLLOMAN AFB NM 88330-8225 USA
 
ZIP Code
88330-8225
 
Solicitation Number
FA4801-22-R-9000
 
Response Due
6/30/2022 11:00:00 AM
 
Archive Date
12/31/2022
 
Point of Contact
Randall Powell, Phone: 5755720662, Peter L Hopkins, Phone: 5055722101
 
E-Mail Address
randall.powell.6@us.af.mil, Peter.Hopkins@us.af.mil
(randall.powell.6@us.af.mil, Peter.Hopkins@us.af.mil)
 
Description
HOLLOMAN AFB MACC SOURCES SOUGHT� � Contract Opportunity Type:�Sources Sought Product Service Code:�Z - MAINT, REPAIR, ALTER REAL PROPERTY NAICS Code:�236220 - Commercial and Institutional Building Construction Place of Performance: 49th Contracting Squadron 490 First St., Bldg. 29, Suite 2180,�Holloman AFB,�NM 88330 Description View Changes The 49th Contracting Squadron is publicizing this SOURCES SOUGHT NOTICE in order to gather industry information and input with respect to a potential Multiple Award Construction Contract (MACC) program at Holloman Air Force Base (HAFB), New Mexico to include federal real property within 100 mile radius of the HAFB post office excluding areas within the state of Texas. No solicitation is being issued at this time. This is not a Request for Proposal (RFP) nor an Invitation for Bid (IFB), and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result. The Air Force will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation, including specifications and/or drawings, will be made available only on the SAM.Gov website (https://sam.gov/) under Contract Opportunities. Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments. A MACC is an Indefinite-Delivery Indefinite-Quantity contract that is awarded to multiple vendors. A determination for set-aside has not been determined. Small Businesses, 8(a), Service Disabled Veteran Owned, HUBZone, Small Disadvantaged and Women Owned Small Businesses are encouraged to complete the attached questionnaire to assist the Small Business Specialist in the acquisition set-aside determination and under the assigned NAICS codes 236220 with a size standard of $36.5 million. The envisioned MACC program would consist of indefinite-delivery, indefinite-quantity contracts to provide a vehicle for executing a broad range of maintenance, repair and new construction of buildings, facilities, or base infrastructure, performed under a design/build or bid/build process. In general, MACC program contractors would be given fair opportunity to compete for projects described in individual task order solicitations and would be expected to accomplish a wide variety of construction tasks, including design/build, renovation, additions/upgrades, and new construction integrating multiple construction trades/disciplines. Work may include full project design from a concept or performance-oriented statement of work. In-house design capability or ready access to design capability is a must for projects under MACC. All interested parties are invited to respond and must be currently registered in the SAM.Gov website (https://sam.gov/) entity database in order to be eligible for award. The information received by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agencies. Should a future requirement evolve from this preliminary planning process, it is anticipated that contracts will be awarded for a term of one (1) base year and four (4) one (1) year option ordering periods of performance. Task Orders written against MACC contracts are anticipated to range between $2,000 and $15,000,000. The overall program value is estimated at $150 million over a five-year period. If your firm has an interest in proposing on future requirements as described above, please prepare and transmit a Capability Statement�that provides the following information: 1.� Indicate which set-aside(s) your firm qualifies for under NAICS code 236220; 8(a), SDVOSB, HUBZone, EDWOSB, WOSB or Small Business.� 2. A positive statement of intent to submit a proposal as a prime contractor. 3. Provide Unique Entity ID or Cage Code. 4. Evidence of recent (within the last five years) experience with work similar in type and scope to include: ��������������� A. Contract Numbers ��������������� B. Project Titles ��������������� C. Contracting agency of firm (Government or commercial) ��������������� D. Point of Contact information such as: Name/Email/Telephone Number ��������������� E. Value of Contract(s) ��������������� F. Types(s) of contract(s), i.e. fixed price, cost reimbursement, labor hour ��������������� G. Percentage and complete description of work self-performed. 5. Bonding capacity to include per contract and aggregate amounts. Submit requested information to Randall Powell via mail addressed to 49 CONS/PKB, 490 First St., Bldg. 29, Suite 2180,�Holloman AFB�,�NM 88330, or email (preferred method) to randall.powell.6@us.af.mil, anthony.overbay.1@us.af.mil, and peter.hopkins@us.af.mil not later than 4:30 PM MST, 30 June 2022. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email by 12:00 PM MST, 7 July 2022) is recommended to ensure receipt of your submission by the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/373d41ebf03946938c8328a0ca766ea0/view)
 
Place of Performance
Address: Holloman AFB, NM 88330, USA
Zip Code: 88330
Country: USA
 
Record
SN06343230-F 20220602/220531230114 (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 |
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.