Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2011 FBO #3427
SOURCES SOUGHT

Z -- MULTIPLE AWARD CONSTRUCTION CONTRACT

Notice Date
4/11/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 19th Contracting Squadron, 642 Thomas Avenue, Bldg 642, Little Rock AFB, Arkansas, 72099-4971, United States
 
ZIP Code
72099-4971
 
Solicitation Number
LRAFB-MACC-2011
 
Point of Contact
Lisa R. Smith, Phone: 5019876470, Betty A Rosewaren, Phone: 501-987-8123
 
E-Mail Address
lisa.smith1@littlerock.af.mil, betty.rosewaren@us.af.mil
(lisa.smith1@littlerock.af.mil, betty.rosewaren@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis seeking information from any firms that have an interest in submitting an offer as a Prime Contractor for a Multiple Award Construction Contract (MACC). A MACC is an Indefinite-Delivery Indefinite Quantity contract that is awarded to multiple contractors. Task orders for individual construction projects are then competed amongst the pool of contractors and evaluated based on price. Anticipated task orders will be Firm-Fixed Price with a magnitude up to $10,000,000.00. The total contract value for the MACC is Not To Exceed $95,000,000.00 over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. The work consists of a broad range of construction tasks, including but not limited to: New construction of buildings and structures, alteration and repair of buildings, structures, roads, grounds, roofs, specialty construction, utilities including JP-8 fuel systems and miscellaneous services including hazardous material waste removal (i.e. asbestos, lead based paint etc.). Work may also include design/build from concept to full 100% design. In-house design capability or ready access to design capability is a must for projects under this MACC. Description of work will be identified in each individual task order. 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 $7.0M and Dredging and Surface Cleanup Activities $20.0M with note that NAICS 237990- Dredging-to be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern; and Subsector 238 Specialty Trade Contractors, Size Standard $14.0M. Also included is Sector 56 Administrative and Support and Waste Management and Remediation Services, Subsector 562 Waste Management and Remediation Services, NAICS Code 562910 Remediation Services, Environmental Remediation Services, Size Standard 500 Employees. We request that all interested and qualified firms respond to this sources sought notice with a capability statement similar to your marketing package used in the everyday course of doing business. Oral Communications ARE NOT acceptable in response to this notice. We request interested firms respond to this notice and provide the following information: 1. Summarize how your company is capable and qualified to handle this type of work. 2. Summarize projects that show your capabilities and past performance. The list of relevant projects may include names of project team members and firm, point of contact (Contracting Officer and Quality Assurance Evaluator/Inspector) with titles, phone numbers, project scope, and type of contract. 3. Bonding: provide your bonding capacity per contract and aggregate. 4. A statement of your current business size status. In your response, also indicate whether you are a HUBZone small business concern, service-disabled veteran-owned small business firm, 8(a) contractor, woman-owned small business, small business, or large business firm. The information capability statement and data noted above must be submitted in written format via -email to lisa.smith.34@littlerock.af.mil with a courtesy copy to betty.rosewaren@us.af.mil not later than 4:00 PM (CDT) on 25 April 2011. This Sources Sought 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 Central Contractor Registration (CCR). The CCR website is https://www.bpn.gov/ccr/. The successful offeror must also have an active Online Representations and Certifications Application (ORCA). The ORCA website is https://orca.bpn.gov/. This Sources Sought synopsis 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 Federal Business Opportunities (FBO) website https://www.fbo.gov. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/95bf1f266a97f963752e200cb8b1b669)
 
Place of Performance
Address: Little Rock AFB, Little Rock AFB, Arkansas, 72099-4971, United States
Zip Code: 72099-4971
 
Record
SN02421981-W 20110413/110411234647-95bf1f266a97f963752e200cb8b1b669 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.