SOLICITATION NOTICE
Z -- JBER Mini-MACC
- Notice Date
- 3/15/2023 4:33:13 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA5000 673 CONS LGC JBER AK 99506-2501 USA
- ZIP Code
- 99506-2501
- Solicitation Number
- FA500023R0003
- Response Due
- 3/23/2023 1:00:00 PM
- Point of Contact
- Katy Peace, Jazmine McWilliams, Phone: 9075525586
- E-Mail Address
-
katrina.peace.1@us.af.mil, jazmine.mcwilliams@us.af.mil
(katrina.peace.1@us.af.mil, jazmine.mcwilliams@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This pre-solicitation notice is seeking industry comments on the following sections: Sections H Clause Data Off Ramp and On-Ramp Procedures; Section L Instructions, Conditions, and Notices to Offeror; and Section M � Evaluation Factors for Award factors for the Mini-MACC contract to be performed at JBER, AK. This requirement is for a Mini-Multiple Award Construction Contract (Mini-MACC) Indefinite Delivery/Indefinite Quantity (IDIQ) for JBER, AK. The Mini-MACC is an Indefinite-Delivery, Indefinite- Quantity (IDIQ) contract that supplements 673 Civil Engineering Group (CEG) or AKARNG Construction and Facility Management�s (CFMO) in-house capabilities to perform minor construction, facility repair/alteration, and real property repair/alteration projects on an as needed basis. The Mini-MACC is for projects that are beyond the capability of the base civil engineers to perform with Government resources. This requirement is geared primarily towards repair/alteration projects but may also be used to perform new construction projects. The contractor shall provide all material, equipment, and labor to accomplish �less-complex� and/or �minimal� design, repair, alternation and/or minor construction projects in an expeditious manner. The work may include facility upgrades, renovations, painting, utility work, airfield pavement, roads, roofs and other assorted repair and alteration projects. The construction work includes tasks performed by various occupations such as painters, fire sprinkler/alarm, carpenters, roofers, plumbers, sheet metal workers, HVAC, hazardous material removal workers, electricians, and construction equipment operators in addition to minimal design work. These occupations are defined in the Bureau of Labor Statistics Occupational Outlook Handbook. Design as used in this acquisition means project estimating and preparation of Minimal designs. The anticipated performance period for this service will be five (5) years with performance from 20 June 2023 through 19 June 2028. The magnitude for this IDIQ is more than $10,000,000. This acquisition will be a competitive 100% small business set-aside. The applicable North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction, with a small business size standard of $45M. It is anticipated the solicitation will be issued electronically on or about 5 April 2023 on the Sam.gov web page at https://sam.gov/. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Any responsible sources may submit a proposal for this acquisition and shall be considered by the agency. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. To be considered, responsive offerors must register in SAM at https://sam.gov/ before submitting an offer. Instructions for registering are available at the SAM website https://sam.gov/. Request industry provide comments on concerns, potential risk, or limit interested vendors from submitting a proposal based on the instructions to offerors, evaluation factors to award, and the on/off ramp process to this pre-solicitation notice which may include the following information: a. Please provide any feedback your firm might have regarding major risk areas and avenues for mitigation on requirements of this type. This pre-solicitation notice is an advance notice for information and acquisition strategy planning purposes only and is not a solicitation. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management. The SAM website is https://sam.gov. This pre-solicitation notice should not be construed in any manner to be an obligation to issue a contract or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the Contract Opportunities website https://sam.gov. Interested parties are solely responsible for monitoring the SAM website for the release of a solicitation package and/or any updates/amendments. Interested parties are invited to submit a response to this pre-solicitation notice by 12:00 PM Alaska Time (AKT) on March 23, 2023. Please submit all documentation by email in PDF format and state in the subject line ""Presolicitation Response for Mini-MACC�. Responses received after this date and time may not be reviewed. All responses must be emailed to the following individuals: (a) Ms. Katy Peace; katrina.peace.1@us.af.mil (b) Ms. Jazmine McWilliams, jazmine.mcwilliams@us.af.mil Should you have any questions or concerns regarding this notice, please email the individuals listed above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b1101176a3ef4e31baf66645e589002a/view)
- Place of Performance
- Address: JBER, AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN06619256-F 20230317/230315230113 (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 |