Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
MODIFICATION

Z -- Multiple Award Construction Contract (MACC)

Notice Date
4/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron, 206 J Street, Bldg. 1662, Sheppard AFB, Texas, 76311-2746, United States
 
ZIP Code
76311-2746
 
Solicitation Number
FA3020-12-R-0003
 
Point of Contact
Todd K. Raines, Phone: (940) 676-6150, Laura L McRee, Phone: (940) 676-5185
 
E-Mail Address
todd.raines@sheppard.af.mil, laura.mcree@sheppard.af.mil
(todd.raines@sheppard.af.mil, laura.mcree@sheppard.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
A request for proposal for a Multiple Award Construction Contract (MACC) Indefinite Delivery/Indefinite Quantity (IDIQ) contract, for Sheppard Air Force Base, Altus Air Force Base, Lake Texoma Annex and Frederick Airfield Oklahoma will be issued in the near future. Work will consist of furnishing all necessary; equipment, plant, labor and materials to accomplish the following: 1)Management, superintendence and execution of general construction, maintenance, repair and alteration projects of varying scope, complexity an price, at four (4) Government owned or operated installations as detailed above. Projects issued against the subject contract may be of a single or multi-discipline nature. 2)The work shall be executed in the best and most workmanlike manner by qualified, careful, and efficient engineers, mechanics, and technicians skilled in the respective trades, which include (but are not limited to): electrical, mechanical, painting, engineering/design, paving (asphaltic and concrete), flooring (tile work/carpeting), roofing, structural repair, fencing, HVAC, and fire suppression/protection system installation. All work shall be accomplished in strict adherence to the contract documents and industry or regulatory standards. All technicians working in a capacity or position requiring certification or license, shall be certified journeymen in their respective trades, or apprentices under the direct supervision of certified journeymen. Trade or industry licenses or certifications shall be available for Government inspection at the pre-performance conference; and, from mechanics, electricians and technicians at the jobsite throughout contract operations. For those trades not requiring a license, the contractor shall have a minimum of three years experience in the trade. The government reserves the right to request work references. 3)Contractor's will be required to submit past performance references for general construction on Federal installations, municipal/state projects, or other commercial contracts of comparable size and dollar amount with the proposal. 4)Performance period for the Base year is approximately 365 calendar days from the date of award; with four option years exercised at the discretion of the Government in accordance with the contract terms and conditions. POTENTIAL OFFEROR NOTE A: Funds are not presently available for this requirement. Award will be made contingent upon the availability of funds. POTENTIAL OFFEROR NOTE B: During the course of administration of any subsequent contracts, initial items maybe modified or new items added to meet ever changing mission requirements. All work shall be in accordance with the statement of work and drawings provided for the seed project and all subsequent task orders. The Government anticipates awarding up to 6 contracts as a result of this RFP. Task orders issued under the terms of the MACC will be competed amongst the up to 6 contractors awarded contracts as a result of this RFP. The minimum guaranteed amount, for the life of all subsequent contracts, is $2,000.00 per contract. The maximum amount of the MACC program, with all options exercised, is $90,000,000.00 aggregate for all contracts awarded under this solicitation. This RFP is being issued for competition between 8(a) firms serviced by the Texas and Oklahoma Small Business Administration offices. Applicable NAICS code for this project is 238990 with a size standard of $14.0 million dollars; however, it is anticipated that work in other construction disciplines will also be awarded under the resultant contract(s). Solicitation and any subsequent amendments will be posted through the electronic posting system (http://eps.gov/). Paper copies will not be provided. Contractors will be solely responsible for monitoring the Internet and obtaining the solicitation documents and any amendments. Interested offerors must ensure they are registered with the Central Contractor Registration (CCR) in order to receive award of a contract. Information to register can be found on the Internet at http://www.ccr.gov/ telephone 1-888-227-2423. Estimated issue date for the solicitation is on or about 13 April 12. Questions concerning the RFP must be e-mailed to Todd Raines at todd.raines@sheppard.af.mil. The estimated proposal due date is on or about 13 May 2012. Notice to offerors: Funds are not presently available for this project. No award will be made under this request for proposal (RFP) until funds are available. The Government reserves the right to cancel this RFP, either before or after the closing date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ShepAFBCO/FA3020-12-R-0003/listing.html)
 
Place of Performance
Address: Sheppard AFB, TX, Altus AFB, OK, Lake Texoma Annex, TX, and Frederick Airfield, OK, Sheppard AFB, Texas, 76311, United States
Zip Code: 76311
 
Record
SN02711174-W 20120404/120402234519-4d65b5d3e6c20589b2149be633d7149c (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.