Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOLICITATION NOTICE

Y -- Multiple Award Construction Contract

Notice Date
2/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd CONS, 110 West ENT Suite 200, Fairchild AFB, WA, 99011-9403
 
ZIP Code
99011-9403
 
Solicitation Number
FA4620-05-R-B001
 
Response Due
2/11/2005
 
Point of Contact
Kathy Snell, Contracting Specalist, Phone 509-247-2620, Fax 509-247-8685,
 
E-Mail Address
kathy.snell@fairchild.af.mil
 
Description
The 92nd Contracting Squadron will be soliciting for a Multiple Award Construction Contract (MACC). This announcement will be used to identify all potential sources that would be interested in performing on an Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract (MACC) at Fairchild AFB WA 99011-9403 and at McChord AFB WA 98438. The MACC provides a vehicle for execution of a broad range of maintenance, repair and minor construction performed under a design build or just build process. Work to be performed under the MACC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 Construction, Subsection 236 Construction of Buildings size standard $28.5 Million, Subsection 237 Heavy and Civil Engineering Construction, size standard $28.5 Million, and Subsection 238 Specialty Trade Contractors, Size standard $12 Million. Contractors will be expected to accomplish a wide variety of individual construction projects, including design/build (ranging from concept up to 100% level of effort), renovation, additions/upgrades, along with specific work in heating, ventilation, air conditioning, electrical, mechanical and other major trades. Description of the work will be identified in each individual task order. Individual task orders may range between estimated $200,000 - $10,000,000. The program value is Not-to-Exceed $95,000,000 over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. Any subsequent Request For Proposal (RFP) will include a seed project that will be used to rate offerors capabilities to determine basic contract awardees. The highest rated awardee will also received award of the seed project. All other successful contract awardees are guaranteed a minimum of $2,500 during the first year only. The government will compete future individual requirements among the awardees. The government anticipates an award of four (4) to six (6) contracts. The government will evaluate offers utilizing the best value source selection procedures described in the Federal Acquisition Regulation (FAR Part 15.3) and Air Force Federal Acquisition Regulation Supplement (AFFARS 5315.3). This acquisition is being considered for a partial HUBZone and Service Disabled Veteran set-aside. If a HUBZone and/or Service Disabled Veteran company is both technically acceptable and falls within the competitive range, the government may set-aside and award one or more contracts in each of these categories. All sources interested in submitting a proposal in response to the solicitation are asked to submit an intent to make an offer on this project. In your response include a description of your teaming arrangement with your Architect & Engineer and whether or not this is a common industry practice and your business size. Any contractor previously responding to this notice need only to submit a letter of intent, which now includes McChord AFB and address your teaming arrangement with your A&E firm. Your intent to propose on this acquisition should be submitted no later than ten (10) days after the publication of this notice. If your firm is HUBZone certified and intends to propose on this acquisition, then submit capability information to the Contracting Officer not later than ten (10) days after the publication of this notice: (a) SBA Certification of HUBZone eligibility; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of recent (within three (3) years), relevant (multiple trade, multiple task order) experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers and a statement as to why the project is relevant, and; (d) financial and bonding capability to execute projects from $200,000 to $10,000,000, (e) project management capabilities, (f) capability to execute Design Build Projects from concept through construction to include partnerships. If your firm is Service Disabled Veteran then submit the following information to the Contracting Officer not later than ten (10) days after the publication of this notice: (a) a positive statement of your intention to bid on this contract as a prime contractor; (b) evidence of recent (within three (3) years), relevant (multiple trade, multiple task order) experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers and a statement as to why the project is relevant, and; (c) financial and bonding capability to execute projects from $200,000 to $10,000,000, (d) project management capabilities, (e) capability to execute Design Build Projects from concept through construction to include partnerships. This pre-solicitation notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All firms responding to this notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this notice. The solicitation is expected to be electronically posted on or around 23 May 2005. Prospective contractors must be registered in the Central Contractor Registration (CCR) database before award of a government contract; failure to register in the CCR database will cause your firm to be ineligible for award. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-AUG-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/92CONS/FA4620-05-R-B001/listing.html)
 
Place of Performance
Address: Fairchild AFB WA McChord AFB WA
 
Record
SN00860903-F 20050804/050802213218 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.