SOURCES SOUGHT
Y -- Multiple Award Construction Contract
- Notice Date
- 2/26/2015
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Air Force, Air Combat Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, South Dakota, 57706-4904
- ZIP Code
- 57706-4904
- Solicitation Number
- FA4690-MACC-FOUR-POINT-OH
- Archive Date
- 4/11/2015
- Point of Contact
- David L. Mendelsohn, Phone: 605-385-1748, David M. Goff, Phone: 605-385-1734
- E-Mail Address
-
david.mendelsohn@us.af.mil, david.goff.6@us.af.mil
(david.mendelsohn@us.af.mil, david.goff.6@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, may not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. This is a Sources Sought only and it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This Request for Information (RFI) is developed for the express purpose of surveying interested sources. This RFI does not commit the Air Force to contract for any supplies or services whatsoever. Responders are advised that the Air Force will not pay for any information or administrative costs incurred in response to this announcement and any and all costs associated with responding to this RFI will be solely at the interested parties' expense. Ellsworth Air Force Base is seeking a response from interested firms that qualify as U.S. Small Businesses, SBA Certified 8(a), SBA Certified HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), or Woman Owned Small Business (WOSB) in an attempt to facilitate decision making of potential sources for a possible procurement. Ellsworth Air Force Base is seeking to identify qualified, experienced, and interested businesses capable of performing base-wide Multiple Award Construction Contract (MACC) as described herein. 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 28. The general scope of the MACC is a design-build Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contract. Projects under this design-build IDIQ contract will consist of construction work based on a general statement of work further defined within each individual task order. The performance period for this MACC contract will be one basic year with four one year option years. The intent is to award up to six contracts. MACC task orders may range from $2,000.00 to $5,000,000.00, accommodate pre-design or design-build efforts, and shall be competed among all selected contractors. Contract award minimum guarantee will $2,000.00 per award over the life of each contract awarded. The aggregate not-to-exceed amount for this design-build IDIQ contract is estimated at $50 million. Requirements issued under the MACC could be either Invitation for Bids or Request for Proposals. The North American Industry Classification System (NAICS) codes, Sector 23 Construction, Subsector 236 Construction of Buildings, Size Standard $36.5M; Subsector 237 Heavy and Civil Engineering Construction, Size Standard $36.5M (except Dredging and Surface Cleanup Activities, $27.5M); and Subsector 238 Specialty Trade Contractors, Size Standard $15M. Performance period for the base year would be approximately performed May16 through Apr 17 with four one year option years. The Air Force would like to make multiple award of 5 - 6 contracts. The project magnitude for the base year is between $5,000,000 and $10,000,000 and each option year magnitude is between $5,000,000 and $10,000,000. The minimum guarantee over the life of the contract is $2,000 (to include base year and all four option years). All prospective offerors must have a Commercial and Government entity (CAGE) code and be registered with System for Award Management (SAM) ( www.sam.gov ). Release of an RFP would be via the internet only at the FedBizOps website. No paper copies of the RFP would be issued. If your firm has an interest in proposing on future requirements as described above, who believe they can meet, the requirements are invited to submit, in writing, a complete capabilities package. Provide responses NO LATER THAN 27 March 2015 to Mr. David Goff, (605) 385-1734, email david.goff.6@us.af.mil, or, Mr. David Mendelsohn, (605) 385-1748, email david.mendelsohn@us.af.mil. 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, and CAGE Code. 2. Company's business size and/or socioeconomic status (i.e. Small Business, SBA Certified 8A Program Participant, SBA Certified HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Woman-Owned Small Business). 3. A positive statement of your intention to bid on this contract as a prime contractor. 4. Offeror's Joint Venture, Partnering Agreement, or Mentor-Protégé information if applicable - existing and potential. 5. A listing of any government construction contracts held over the last three (3) years. 6. Company's bonding capacity; single award capacity and an aggregate bonding capacity. Provide documentation from Surety or Agent of capability to be bonded for performance and payment bonds up to $5M. 7. If you are a small business, would you consider submitting a proposal as a prime contractor? 8. What are the most critical criteria that would distinguish one company's capabilities from another? Explain. 9. Representation of the ability to execute multiple Task Orders concurrently in a wide variety of design and construction efforts as earlier stated in this document. Identify specialty construction trades as well as experience in delivering design-build projects. The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/28CONS/FA4690-MACC-FOUR-POINT-OH/listing.html)
- Place of Performance
- Address: Ellsworth AFB, Ellsworth AFB, South Dakota, 57706-4904, United States
- Zip Code: 57706-4904
- Record
- SN03652632-W 20150228/150226234453-74c1578c9ecc312b7e555ec67304bdc1 (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 |