SOURCES SOUGHT
Y -- Multiple Award Construction Contract - Design/Build IDIQ
- Notice Date
- 10/26/2006
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Hickam07MACC
- Response Due
- 11/13/2006
- Archive Date
- 11/28/2006
- Description
- 15 CONS is seeking the interest of potential and eligible contractors in an Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract (MACC) at Hickam AFB, Bellows AFB, and other installations in the Hawaiian Islands. Responses are due no later than 15 calendar days after publication of this synopsis. The MACC is a contract for execution of a broad range of maintenance, repair and minor construction and may include design. Work to be performed under the MACC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 ? Construction, Subsection 233 ? Building Development and General Contracting ? size standard $31 Million (except dredging and surface cleanup activities; Subsector 234 ? Heavy Construction ? size standard $13 Million and Subsector 235 ? Special Trade Contractors ? Size standard $13 Million. Contractors will be expected to accomplish a wide variety of individual construction tasks, including design/build, renovation, additions/upgrades, along with specific work in Heating/Ventilation/Air Conditioning, electrical, mechanical and other major trades. Description of the work will be identified in each individual task order. Individual task orders may range between estimated $2,000 - $2,000,000. The program value is still under consideration, but at this point in time the program is Not-to-Exceed $50,000,000 over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. The number of awards the government may award is still under consideration, however at this point in time the government may award as many as 8 contracts but anticipates awarding approximately 5 contracts. The government will evaluate offers and select the awardees utilizing the best value source selection procedures described in the Federal Acquisition Regulation (FAR Part 15.3) and Air Force Federal Acquisition Regulation Supplement (AFFARS 5315.3). In using this best value approach, the government seeks to award to those offerors who give the Air Force the greatest confidence they will best meet our requirements affordably. While the government source selection evaluation team and the source selection authority will strive for maximum objectivity, the source selection process, by its nature, is subjective. This may result in an award being made to higher rated, higher priced offerors where the decision is consistent with the evaluation factors in the RFP and the selection authority reasonably determines that the technical superiority, and/or overall business approach, and/or superior past performance, of higher priced offerors outweighs the cost difference. The RFP may identify a seed project, which will be awarded to the highest rated offeror for the first award. All other successful awardees are guaranteed a minimum of $2,500. The government will compete future individual requirements among the awardees. This acquisition is being considered for Section 8(a) set-aside, partial HUBZone set-aside, unrestricted competition, or a combination of these. In responding to this sources sought synopsis, please indicate your interest as a prime contractor, teaming partner, joint venture, primary subcontractor and indicate if your business is 8(a) and/or HUBZone certified, large, or small and provide evidence of recent (within three (3) years), relevant (multiple trade, multiple task order) experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers and a statement as to why the project is relevant, and; (d) availability of bonding of at least $10,000,000 (maximum anticipated for each performance period) for this project. An actual solicitation is expected to be issued in early 2007. The closing date and time for submission of offers will be contained in the solicitation package. The entire solicitation, including the specifications and drawings, will be made available only on the Electronic Posting System (EPS) Web Site at http://www.eps.gov at that time. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. Potential offerors MUST register at www.eps.gov./ in order to receive notification and/or changes to the solicitation. All contractors MUST be registered in the Central Contractor Registration database or their proposal will not be considered. Contractors can obtain further information on the Central Contractor registration (CCR) at web site http://www.ccr.gov. Prospective offerors who would like their company name included on the Bidders Mailing List (planholder's list) may do so on the fedbizopps website under IVL (Interested Vendor?s List). This notice does not obligate the Government to award a contract or multiple contracts nor does it obligate the Government to pay for any bid/proposal preparation costs. For further opportunities, you may review AF needs at http://www.selltoairforce.org. For other opportunities and information go to the small business administration web site at http://www.sba.gov. or contact our small business specialist James.Watanabe@Hickam.af.mil.
- Place of Performance
- Address: Hickam AFB, HI
- Zip Code: 96853
- Country: UNITED STATES
- Zip Code: 96853
- Record
- SN01171341-W 20061028/061026220657 (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 |