Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SPECIAL NOTICE

Y -- Multiple Award Construction Contract Two (MACC-II)

Notice Date
9/15/2016
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNS16ZDA004L
 
Archive Date
10/15/2016
 
Point of Contact
Charles J Heim, Phone: 2286883199
 
E-Mail Address
Charles.j.heim@nasa.gov
(Charles.j.heim@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) is seeking capabilities from all categories of Businesses for the purpose of determining the appropriate level of competition and/or Small Business subcontracting goals for a new requirement for a Regionalized Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract Two (MACC-II). The Regionalized MACC-II contract has an anticipated composite value of a $1 Billion and shall support both Construction and Design/Build Services at John C. Stennis Space Center (SSC), Johnson Space Center (JSC) including White Sands Test Facility (WSTF), Kennedy Space Center (KSC), Marshall Space Flight Center (MSFC), including Michoud Assembly Facility (MAF). NASA anticipates utilizing the MACC-II for the future construction and design build requirements at each of the above locations, utilizing approximately 24 different large and small business contractors from various categories types. All Contractors are HIGHLY ENCOURAGED to respond to this announcement so that NASA can properly evaluate your capabilities and bonding limitation so we can properly develop our requirements. Work under this contract is to be performed in the general construction category to include, but is not limited to, architectural, mechanical, electrical, plumbing, civil, structural, roofing, building renovations, new building construction, demolition, United States Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) projects, and design/build projects. This contracting tool will allow each center the capability to quickly procure general construction services and provide a tool to assist with natural disaster contingency planning. Stennis Space Center will administer the basic contracts and each of the above mentioned centers will issue Task Orders and handle all administration of the Task Orders against any or all categories of the MACC-II contract. The Government reserves the right to consider Small, 8(a), Veteran Owned, Service Disabled Veteran Owned, Women-owned, HUBZone business set-aside or full and open competition based on responses hereto for this requirement. NASA is contemplating a certain number of small business awards in each of the above referenced small business categories as well as a certain number of unrestricted awards to contractors who have higher bonding capacity. Your response will assist in determining the number of awards NASA can anticipate making in each category. Interested contractors shall possess the necessary capabilities to perform general construction services under NAICS code 236210, 236220, 237110, 237130 and/or 237990, with bonding capacities as follows: Small business contractors must have at least a single project bonding capacity of $10 million and an aggregate bonding capacity of at least $20 million. Unrestricted contractors are small businesses or large businesses who have a large bonding capacity (NASA anticipates large bonding to be at least $100 million per project and an aggregate bonding capacity of at least $250 million, the responses to the sources sought will assist in defining that amount.) NASA encourages qualified joint venture business arrangements to submit capability statements as well. Contractors MUST provide a signed letter from your bonding company identifying your single project bonding capability as well as your aggregate bonding capability. The bonding letter will not count against the (5) page capability statement limit. Based upon information submitted by companies, NASA will determine the final content of the future solicitation or solicitations. Capability Statements shall be submitted electronically only, via e-mail, to the primary Point of Contact (POC) listed below. The Capability Statement shall NOT exceed five (5) pages (including attachments) and shall contain a minimum font size of 12. The Capability Statement shall include the following information: (1) Company's name, address, primary POC and telephone number, (2) Size of business; (3) Company's average annual revenues for the past three (3) years and total number of employees; (4) Number of years in business; (5) Company's Government size standard/type classification (Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran, HUB Zone business); (6) Affiliate information: parent company, joint venture partner(s), potential teaming partner(s), prime contractor (if potential sub) or subcontractors (if potential prime); and point of contact position, address and phone number; (7) Applicable NAICS Code(s); (8) DUNS number and cage code (for prime and subcontractor/teaming partners); (9) A signed letter from your surety company indicating your current bonding capability per project as well as your aggregate bonding limits; (10) Describe your ability/ capabilities to respond to each NASA Center identified above for future task orders. It is not sufficient to provide only general brochures or generic information, please provide details on how you could support all four centers. Responses shall include the company's specific area of interest in this acquisition as being either a potential prime contractor or subcontractor. NOTICE: Copies of your Capability Statement may be made available to prospective offerors in the future. Therefore, it should not contain company-sensitive information. The response due date is changed to read September 30, 2016. Please reference NNS16ZDA004L in any response. NASA is also interested in contractor feedback related to suggestions for contract type and subcontracting opportunities. This feedback may be used as research information to support the analysis and development of subcontracting goals and potential teaming arrangements. This feedback should also be provided electronically via e-mail to the primary POC by September 30, 2016. Any questions shall be submitted in writing via e-mail to the POC listed below to be used for consideration in the development of the requirements. Point of Contact: Charles J. Heim, Contracting Officer, E-mail charles.j.heim@nasa.gov. Please submit all questions and data through the above e-mail address only, NOT through the phone or fax numbers listed below. NO SOLICITATION EXISTS; THERFORE, DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized on Federal Business Opportunities (FedBizOpps). It is the responsibility of the potential offerors to monitor these sites for the release of any solicitation or synopsis. This sources sought is for informational and planning purposes ONLY and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNS16ZDA004L/listing.html)
 
Record
SN04274122-W 20160917/160916000333-91e0ed9e100af1428597fe3653089d93 (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.