Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

Z -- LRAFB Multiple Award Construction Contract (MACC)

Notice Date
6/16/2011
 
Notice Type
Presolicitation
 
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
FA4460-11-R-0008
 
Point of Contact
Lisa R. Smith, Phone: 501-987-6470, Betty A Rosewaren, Phone: 501-987-8123
 
E-Mail Address
lisa.smith.34@us.af.mil, betty.rosewaren@us.af.mil
(lisa.smith.34@us.af.mil, betty.rosewaren@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is the presolicitation notice for FA4460-11-R-0008 which had a Sources Sought notice posted under LRAFB-MACC-2011. A MACC is an Indefinite-Delivery Indefinite Quantity (IDIQ) contract that is awarded to multiple contractors. Task orders for individual 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. The Government anticipates award of up to six (6) IDIQ contracts. Each contract awarded will contain a basic period and four individual exercisable option periods. The Government does not guarantee that any option period will be exercised. 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 consist of work 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. This acquisition will be a competitive, total small business set-aside. For business size purposes, the applicable NAICS code is 236220 with a size standard of $33.5 Million. The solicitation is expected to be issued on/about 30 Jun 2011. The Government will evaluate offers and select the awardees using Performance-Price Trade-Off (PPT) procedures. The solicitation will include a seed project with a magnitude between $250,000 and $500,000. There will be no paper copies of the solicitation distributed. All solicitation information will be obtained through the www.fbo.gov website. Past Performance information will be required to be submitted by the date specified in the solicitation. Pre-proposal conference/Site visit information will be provided in the solicitation. No response to this notice is necessary. This notice does not obligate the Government to award contracts and it does not obligate the Government to pay and/or reimburse respondents and/or their associates for any costs incurred to submit any requested information and/or proposal. Any questions, Requests For Information (RFIs) etc. relating to the upcoming solicitation must be submitted in writing to the individuals designated in the solicitation. Telephone requests for packages, questions, RFIs etc. WILL NOT be accepted. 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/. Interested parties are solely responsible for monitoring the FBO website for any updates/amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c4b83bef600bb9d32b222a5e67f3b9f)
 
Place of Performance
Address: 19th Contracting Squadron, 642 Thomas Avenue, Little Rock AFB, Arkansas, 72099-4971, United States
Zip Code: 72099-4971
 
Record
SN02474551-W 20110618/110616234523-3c4b83bef600bb9d32b222a5e67f3b9f (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.