Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 26, 2009 FBO #2954
MODIFICATION

Z -- Multiple Award Construction Contract (MACC)

Notice Date
12/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, North Carolina, 27531
 
ZIP Code
27531
 
Solicitation Number
FA480910R0004
 
Archive Date
1/7/2010
 
Point of Contact
Patrick G. Hall, Phone: 9197225425, Andrea Jackson, Phone: 9197225420
 
E-Mail Address
patrick.hall@seymourjohnson.af.mil, andrea.jackson@seymourjohnson.af.mil
(patrick.hall@seymourjohnson.af.mil, andrea.jackson@seymourjohnson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Summary of Changes: Referencing the below posting, the decision on whether this requirement will be pursued as an 8(a), HUBZone, SDVOSB set-aside or on an unrestricted basis that was originally to be posted on 23 Dec 09 has now been extended. The decision is now anticipated to be posted NLT 30 Dec 09. Summary of Changes: The decision date has changed from 21 Dec 09 to 23 Dec 09. Notice: Due to the volume of responses received, the decision regarding whether this requirement will be pursued as an 8(a), HUBZONE, SDVOSB set-aside or on an unrestricted basis will be posted on or before December 23, 2009. Summary of Changes: The Size Standards were updated. Summary of Changes: Calendar days was changed to business days. The response date is still December 11,2009. Part (d) of the previous description has been deleted. This is a sources sought synopsis for a Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) at Seymour Johnson AFB, (Wayne County) NC which includes the Air Force Recreational Facility at Fort Fisher and the Dare County Bomb Range. This action is being considered as a possible set-aside for 8(a), HUBZone, or Service Disabled Veteran Owned Small Business concerns. Projects under this design-build IDIQ contract will consist of construction work based on a general statement of work further defined within each individual task order. Work to be performed under the MACC will be the general construction category to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving and earthwork. Work to be performed under the MACC will be within the North American Industry Classification System (NAICS) codes, Sector 23 Construction, Subsector 236 Construction of Buildings, Size Standard $33.5M; Subsector 237 Heavy and Civil Engineering Construction Size Standard $33.5M (except Land Subdivision, $7M and Dredging and Surface Cleanup Activities, $20M) and Subsector 238 Specialty Trade Contractors, Size Standard $14M for work on Seymour Johnson AFB. The aggregate not-to-exceed amount for this design-build IDIQ contract is estimated at $25 million. Solicitations issued under this contract could be either Invitation for Bids or Requests for Proposals. The performance period is one (1) base year with four (4) option years of one (1) year each. The guaranteed minimum contract amount including all options is $2,000.00 and the maximum contract amount is $25,000,000.00. The minimum task order amount is $2,000.00 and the maximum amount per task order is $5,000,000.00. The intent is to award three contracts as a result of the solicitation; however, awards may vary dependant on the interest shown. Interested 8(a), HUBZone, and Service Disabled Veteran Owned small business concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but not later than 5 business days after the date of this notice. As a minimum, the following information is required: a) a positive statement of your intention to bid on this contract as a prime contractor; (b) a copy of the firm's capability statement which should clearly describe any teaming arrangements and evidence of recency within the past three (3) years and experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers; (c) evidence of bonding capability on the bonding company letterhead to the maximum magnitude of the project to include both single and aggregate totals. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested and qualified 8(a), HUBZone or SDVOSB concerns. Responses are limited to a maximum of 10 single-sided pages. Responses may be mailed, faxed to (919)722-5424 or e-mailed. Failure to submit all information requested will result in a contractor not being considered as an interested and qualified 8(a), HUBZone or SDVOSB concern. A decision on whether this requirement will be pursued as an 8(a), HUBZone or SDVOSB set-aside or on an unrestricted basis will be posted on FedBizOpps within two business days after the 5 business days have expired. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. Past performance is significantly more important than price. It is anticipated the solicitation will be issued electronically on or about 25 March 10 On the Federal Business Opportunities web page at http:www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review the FBO site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), adobe Acrobat Reader (.pdf), WinZip(.zip or.exe.), or Autocad. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to eligible for timely award. Effective January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to www.bpn.gov to add/update its ORCA record. Oral communications are not acceptable in response to this notice. This sources sought notice should not be construed in any manner to be an obligation to issue a requirement, a contract, or result in any claim for reimbursement of costs for any effort expended in responding to this request. The Government will not reimburse contacts for any cost(s) incurred for participation in this survey. Primary POC is Patrick Hall at (919)722-5425; email patrick.hall@seymourjohnson.af.mil; secondary POC is andrea.jackson@seymourjohnson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA480910R0004/listing.html)
 
Place of Performance
Address: Seymour Johnson AFB, Goldsboro, North Carolina, 27534, United States
Zip Code: 27534
 
Record
SN02031318-W 20091226/091224233900-083b934388c0c2119109264bb825afc1 (fbodaily.com)
 
Source
FedBizOpps 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.