SPECIAL NOTICE
Y -- Comprehensive Construction & Engineering (C2E) MATOC IDIQ
- Notice Date
- 1/18/2024 7:58:47 AM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- DEPT OF THE AIR FORCE
- ZIP Code
- 00000
- Solicitation Number
- FA890324R0010
- Response Due
- 1/25/2024 7:00:00 AM
- Archive Date
- 02/26/2024
- Point of Contact
- 772 ESS C2E WORKFLOW
- E-Mail Address
-
772ess.pka.c2e@us.af.mil
(772ess.pka.c2e@us.af.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- Update - 18 January 2024: Notification that the proposed solicitation number has changed from FA890324R0010 to FA890324R0023.� PRE-SOLICITATION SYNOPSIS COMPREHENSIVE CONSTRUCTION & ENGINEERING (C2E) MATOC IDIQ - WORLDWIDE FROM:�� AFICC/772 ESS PKA �������������� 3515 S. General McMullen Dr �������������� Joint Base San Antonio, TX 78226 SUBJECT:� Synopsis of Upcoming Solicitation for Comprehensive Construction & Engineering (C2E) Multiple Award Task Order Contract (MATOC) Indefinite-Delivery Indefinite Quantity (IDIQ) 1.� Air Force Civil Engineer Center (AFCEC) and 772 ESS/PKA intend to release the C2E Request for Proposal sometime on or after 28 February 2024 and provide the following information in advance of that posting: 2. Proposed Solicitation Number: FA8903-24-R-0010 � � � � �Previous postings were made under: � � � � � � �FA8903-15-R-0001 � Worldwide Engineering & Construction (WE&C) � � � � � � �FA8903-15-R-0002 � Regional Engineering & Construction (RE&C) 3. NAICS: 236220 4. Product of Service Code: Y1JZ 5. Description of Requirement: This contract provides worldwide Design-Build (DB) and Design-Bid-Build (DBB) construction services.� This contract has a full range of methods and technologies to support design and construction of new facilities, infrastructure; repair, renovate and/or restore existing facilities and infrastructure. Primary user is AFCEC, with potential users including: Air Force, Defense Logistics Agency Energy (DLA-E), Defense Distribution Center (DDC), DLA Environmental (DLA-ENV), National Aeronautics and Space Administration (NASA), National Security Agency (NSA), Defense Advanced Research Projects Agency (DARPA), U.S. Army, and U.S. Navy. 6. Place of Performance: Task orders are expected to be worldwide, including, but not limited to, Department of Defense (DoD) installations in the United States and European regions. 7. Set-Aside Status: Full and Open (F&O) with an 8(a) reserve and a partial Small Business Set Aside (SBSA). All projects occurring within the U.S., its Outlying Areas, and austere, hostile, and contingency locations valued ?$50M will be set-aside entirely for Small Businesses (SB). However, a five-day Request for Information (RFI) will first be sent to those awarded under the SBSA to ensure interest and competition for projects to occur at austere, hostile, and contingency locations meeting the SBSA threshold. Projects occurring Outside the U.S., projects >$50M, or projects utilizing other than a Fixed-Price pricing arrangement will be competed as Full and Open (F&O). SB will be given the option to compete for Small Business set-aside (SBSA) and/or F&O basic contracts. 8. Notice to Foreign Contractors: Foreign participation is permitted at the prime contractor level. 9. Estimated Ceiling: $15B 10. Line Item Numbers: � � � � �Base Ordering Period: 5 years�� � � � � � � � � 0001 � Firm-Fixed-Price (FFP) � � � � � � � � 0002 � Fixed-Price (FP) with Economic Price Adjustment (EPA) � � � � � � � � 0003 � Cost-Plus Fixed-Fee (CPFF) (F&O Only) � � � � �Options: Five (5) one-year options � � � � � � � � 1001, 2001, 3001, 4001, 5001 � FFP � � � � � � � � 1002, 2002, 3002, 4002, 5002 � FP EPA � � � � � � � � 1003, 2003, 3003, 4003, 5003 � CPFF (F&O Only) If all options are exercised, the total ordering period will be ten (10) years, and the total task order period of performance will be three (3) years after the ten (10) year ordering period expires.���������� 11. Procedures for contract award: In accordance with (IAW) FAR Part 15 as supplemented: DAFFARS 5315.3, DDoD Source Selection Procedures are IAW DAFFARS MP 5315.3. The Government will select the best overall offers that, based upon the results of an integrated assessment of the proposals, offer the Government a combination of the Highest Technically Rated (HTR) Past Experience ratings, acceptable Small Business Participation, and complete, balanced, and reasonable total evaluated price. The Government anticipates making a total of twelve (12) contract awards under the F&O portion and fifteen (15) contract awards under the Small Business Set-Aside. 12. Anticipated Award date: 2 April 2025 13. Response Time: Proposal response time will be forty-five (45) days or as otherwise amended after solicitation release. All responsible offerors will be considered. 14. Contracting Officer/Point of Contact: Haley Hogue, haley.hogue.1@us.af.mil **This notice does not constitute a solicitation of offerors, it merely notifies all interested venders that a solicitation is forthcoming.**� Related Notice:�772ESSPKAC2E2023IndustryDay2
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/71de2bbfe22345cb9a14209e15cd90e5/view)
- Record
- SN06938219-F 20240120/240118230045 (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 |