Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
SOURCES SOUGHT

Y -- Multiple Award Construction/Roofing Contracts

Notice Date
12/12/2017
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB - AFSC/PZIO, 7858 5th Street Ste 1, Tinker AFB, Oklahoma, 73145-9106, United States
 
ZIP Code
73145-9106
 
Solicitation Number
FA8101-18-R-0009
 
Archive Date
1/27/2018
 
Point of Contact
Jason M Perry, Phone: 4057397568
 
E-Mail Address
jason.perry.7@us.af.mil
(jason.perry.7@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought AFSC / PZIOC Tinker Air Force Base (TAFB), Oklahoma is publicizing this SOURCES SOUGHT notice for two separate contract vehicles to gather industry information with respect to a 10-year Multiple Award Construction Contract (MACC) / Multiple Award Roofing Contract (MARC) Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts at TAFB. No solicitation is being issued at this time. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result. The Air Force will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation, including specifications and/or drawings, will be made available only on the Federal Business Opportunities website (https://www.fbo.gov/). Interested Parties are solely responsible for monitoring the aforementioned website for release of a solicitation package and/or any updates and/or amendments. The Government is seeking to identify qualified, experienced, and interested businesses capable of performing the type of work as described herein. Multiple Award Construction Contract (MACC) IDIQ The following North American Industry Classification System (NAICS) code applies to this request of information: 236210 (Industrial Building Construction). The size standard for this NAICS code is $33,500,000.00. The description of work will be identified in each individual deliver order. Performance and payment bonds will be required per individual deliver order in accordance with Federal Acquisition Regulation Part 29. The proposed contract would consist of a multiple line item, firm-fixed-price, indefinite-delivery, indefinite-quantity vehicle to execute a broad range of construction projects such as: Design Build, Conceptual Design (35%), 100% Government Design. Contractor will be required to furnish all materials, equipment, transportation, and personnel necessary to manage and accomplish projects. In general, contractors would be expected to accomplish a wide variety of tasks in the industry trade including, but not limited to: new construction of buildings and structures, alteration and repair of buildings and structures, specialty construction. The contractor's shall be expected to respond have the capability to respond to several Request for Proposals (RFP) in a short period of time and manage several construction projects simultaneously. Should a future requirement evolve from this preliminary planning process, it is anticipated that that a single award or multiple contracts could be awarded, each for a term consisting of one base year plus nine, one-year option periods. Delivery Orders written against the MACC contract are anticipated to range between $3,000.00 and $5,000,000.00. The overall program value is still under consideration; however, at this point the magnitude of construction is between $100,000,000.00 to $250,000,000.00 over the ten-year period. Multiple Award Roofing Contract (MARC) IDIQ The following North American Industry Classification System (NAICS) code applies to this request of information: 238160 (Roofing Contractors). The size standard for this NAICS code is $14,000,000.00. The description of work will be identified in each individual Delivery order. Performance and payment bonds will be required per individual Delivery order in accordance with Federal Acquisition Regulation Part 29. The proposed contract would consist of a multiple line item, firm-fixed-price, indefinite-delivery, indefinite-quantity vehicle to execute a broad range of roofing projects. Contractor will be required to furnish all materials, equipment, transportation, and personnel necessary to manage and accomplish projects. In general, contractors would be expected to accomplish a wide variety of tasks in the industry trade including, but not limited to: repair and/or replacement of base roofing at TAFB. The contractor's shall be expected to respond have the capability to respond to several Request for Proposals (RFP) in a short period of time and manage several construction projects simultaneously. Should a future requirement evolve from this preliminary planning process, it is anticipated that that a single award or multiple contracts could be awarded, each for a term consisting of one base year plus nine, one-year option periods. Delivery Orders written against the MARC are anticipated to range between $3,000.00 and $5,000,000.00. The overall program value is still under consideration; however, at this point the magnitude of construction is between $100,000,000.00 to $250,000,000.00 over the ten-year period. All interested parties are invited to respond and must be currently registered in the System for Award Management (SAM) database (http://www.sam.gov/). The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. If your firm has an interest in proposing on future requirements as described above, please prepare and transmit a Capability Statement to: Jason Perry (405)739-7568 AFSC / PZIOC, 7658 5th St, Ste 1, Tinker AFB, OK 73145; Or via email to jason.perry.7@us.af.mil no later than 3:00 PM CDT, 12 January 2018. Capability Statements shall be limited to three (3) pages, Times New Roman, and 12 Font. At a minimum capability statement shall state skills, experience, and knowledge required to perform this type of work. Include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, email address, CAGE Code, and DUNS Number. 2. Company's business size and/or socioeconomic statuses (i.e. Large Business, Small Business, Emerging Small Business, SBA Certified 8A Program Participant, SBA Certified HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Veteran Owned Business, Woman-Owned Business). 3. A listing of any government contracts held over the last three (3) years and at least two (2) construction contracts. 4. Company's bonding capacity; single award capacity and an aggregate bonding capacity. 5. If you are a small business, would you consider submitting a proposal as a prime contractor? 6. What is the minimum and maximum dollar value project for which your firm would consider submitting a proposal? 7. What are the most critical criteria that would distinguish one company's capabilities from another? Explain. 8. Do you have any other comments or suggestions that you would like to share with us?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FA8101-18-R-0009/listing.html)
 
Place of Performance
Address: Tinker AFB, Oklahoma 73145, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04764985-W 20171214/171212231629-4d3e79fcab0f22e30d07005e65009d60 (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.