MODIFICATION
Z -- Multiple Award Construction Contract (MACC) - Amendment 0007
- Notice Date
- 10/21/2010
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, North Carolina, 27531
- ZIP Code
- 27531
- Solicitation Number
- FA480910R0004
- Archive Date
- 12/26/2009
- Point of Contact
- Michael J Demers, Phone: 919-722-5607, Bobbie White, Phone: 919-722-5602
- E-Mail Address
-
michael.demers@seymourjohnson.af.mil, bobbie.white@seymourjohnson.af.mil
(michael.demers@seymourjohnson.af.mil, bobbie.white@seymourjohnson.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- 3803 2nd floor 3803 1st floor Amendment 0007 Attachment 1 SJAFB wiring policy c1site border 3803 sect 3803 roofn 3803 rooff 3803 roofd 3803 elev 3803-2 3803-1 Tsaec_2_0.shx Tsaec_2_0.mln Tsaec_2_0.lin Tsaec32.lin Tsaec-NJ.lin Tsaec8.lin Tsaec4.lin Tsaec.shx Tsaec.mln Telecommunications.dwt Survey.dwt Structural.dwt Attachment 3 SJAFB CADD STANDARDS plumbing.dwt Mechanical.dwt Landscape.dwt G-1 Coversheet.dwt Flyover fire protection.dwt Electrical.dwt Civil.dwt Architectural.dwt Attachment 4 CAD Standard SUMMARY OF CHANGES: Amendment 0007 posted to extend the due date for proposals. Q&A's, additional drawings and CADD files have been uploaded. SUMMARY OF CHANGES: In response to an inquiry, all available files for VKAG 96-1105 are now available for viewing. Disclaimer: The accuracy of the drawings are not guaranteed and the Contractor shall verify all demensions and plans. Must have AUTOCAD to view some of the drawings. SUMMARY OF CHANGES: It is anticipated the solicitation will be issued electronically on or about 30 June 2010, on the Federal Business Opportunities (FBO) web page at http://www.fbo.gov. SUMMARY OF CHANGES: It is anticipated the solicitaion will be issued electronically on or about 9 June 2010, on the Federal Business Opportunities (FBO) web page at http://www.fbo.gov. Max contract value/program value over the life of the MACC is changed to $45,000,000.00 in lieu of $25,000,000.00. See Solicitation posted on 7 Jul 10. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-12-24 09:49:28">Dec 24, 2009 9:49 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-10-14 08:41:31">Oct 14, 2010 8:41 am Track Changes Work consists of providing all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to complete the Multiple Award Construction Contract (MACC) at Seymour Johnson AFB, NC. This will be a firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contract for design and construction efforts at Seymour Johnson AFB, Dare County Bomb Range, and Fort Fisher, NC. Projects under this design-build IDIQ contract will consist of construction work based on a general statement of work further defined with each individual task order. The work involved will be in the general construction category to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving and earthwork. Period of Performance and Magnitude: The magnitude for this requirement is more than $10,000,000.00. The period of performance is one (1) base year with four (4) option periods of one (1) year each. The guaranteed minimum is $2,000.00 for the life of the contract and the maximum ordering limitation is $25,000,000.00 over the life of the contract. The minimum amount per task order is $2,000.00 and the maximum amount per task order is $5,000,000.00. Individual task orders will vary in size and complexity with the following project magnitudes. Low: Less than $25,000.00; Medium: Between $25,000.00 and $100,000.00; High: Between $100,001.00 and $5,000,000.00. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. The intent is to award three (3) contracts as a result of this solicitation. This procurement is being solicited to 8 (a) firms that have a Certificate of Existence or Certificate of Authority on file with the state of North Carolina. This is a Requirement to perform work in the State of North Carolina. Only North Carolina District Office Participants or 8(a) firms that have been reviewed by the North Carolina District Office and approved as having a Bonafide Office in the State of North Carolina are eligible to respond to this solicitation. The applicable North American Industry Classification System (NAICS) code for this acquisition is 236220 with a small business size standard of $33,500,000.00. Multiple awards for this requirement will be made. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government after determining the technical acceptability of offers. Past performance is significantly more important than price. Past performance must be both recent and relevant within the last three years. It is anticipated the solicitation will be issued electronically on or about 30 Mar 2010, on the Federal Business Opportunities (FBO) web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe.). More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov to add or update its ORCA record. Primary POCs are TSgt Michael Demers at (919) 722-5607; email: michael.demers@seymourjohnson.af.mil. Alternate POC Ms. Bobbie White at (919) 722-5602 email: bobbie.white@seymourjohnson.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA480910R0004/listing.html)
- Place of Performance
- Address: Seymour Johnson AFB, Goldsboro, North Carolina, 27534, United States
- Zip Code: 27534
- Zip Code: 27534
- Record
- SN02314847-W 20101023/101021234149-487e2cd08fa858109c1bc0a8e31c5539 (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 |