SPECIAL NOTICE
Y -- MACC Industry Day for Small Business Construction Contractors
- Notice Date
- 3/21/2018
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
- ZIP Code
- 22202-4371
- Solicitation Number
- HQ003418R0118
- Archive Date
- 4/12/2018
- Point of Contact
- KYLE R. BLAKE, , NNENNA C. NJOKU,
- E-Mail Address
-
kyle.r.blake5.civ@mail.mil, nnenna.c.njoku.civ@mail.mil
(kyle.r.blake5.civ@mail.mil, nnenna.c.njoku.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- An industry day for small business construction contractors is planned for Tuesday, 3 Apr 2018 from 1:30 PM EDT to 5:30 PM EDT. The event will be held at the Pentagon Library Conference Center located at 1155 Defense Pentagon, Washington, D.C. 20301-1400. Washington Headquarters Services (WHS) intends to hold a competition for an indefinite delivery, indefinite quantity (IDIQ) Multiple Award Construction Contract (MACC) in fiscal year 2018. The objective of the industry day is to conduct market research as the MACC requirement and acquisition plan is developed and expand small business awareness of the upcoming requirement. The present WHS MACC IDIQ contracts expire in fiscal year 2019. The event will consist of a brief presentation of the requirement, an opportunity for each firm to present their capabilities and responses to the capabilities questions below, and network with other small business construction contractor firms. Agenda Registration/Arrival: 1:30 - 2:00 MACC Requirement Presentation: 2:00 - 2:45 Firm's Questions: 2:45 - 3:00 Room Reconfiguration: 3:00 - 3:15 Firm Capabilities Presentations: 3:15 - 4:45 Closing Remarks: 4:45 - 4:50 Networking Event: 4:50 - 5:30 Registration Space is limited. No more than 24 construction contractor firms classified as a small business under NAICS 236220, Commercial and Institutional Building Construction, limited to a maximum of two (2) representatives per firm, can be accommodated in the meeting space. To request registration, please visit the following link to submit your information: https://www.surveymonkey.com/r/DWY79ZD We will respond to requests in the order received. Registration of firms will continue until participation is at maximum capacity but not later than Wednesday, 28 Mar 2018 at 11:59 AM EDT. The event is at the Pentagon Library Conference Center. All Pentagon visitors must complete an online registration in advance. Only U.S. citizens or foreign nationals lawfully admitted for permanent residence in the United States can be registered as Pentagon visitors. All Pentagon visitors must be pre-registered and have a valid government-issued identification card or passport on the day of the visit. All visitors and belongings will be screened. All belongings will be inspected by an x-ray machine. General Information Washington Headquarters Services has ongoing requirements for design-build or design-bid-build construction of government facilities at various locations within Washington Headquarters Services' (WHS) area of responsibility, including, but not limited to, the District of Columbia, Maryland, Virginia, and Pennsylvania. Firms must hold appropriate licensure for these jurisdictions. The value of most projects is generally between $500,000 and $10,000,000. Several facilities are designated as historic properties, landmarks, or memorials. Most WHS construction projects are completed under MACC IDIQ task order awards. The majority of the work is performed in the DC Metro Area including the Pentagon, Mark Center, and leased spaces in Arlington, VA. Some projects are performed at the Raven Rock Mountain Complex (RRMC) in Adams County, PA, and outlying properties in Washington County, MD. Types of projects may include, but are not limited to: • Renovation within occupied commercial and industrial buildings • Sustainment, restoration, and modernization of existing facilities and infrastructures • Design and installation of furniture, fixtures and equipment • Installation of energy management controls as necessary to provide turn-key construction solutions • Renovation and/or installation of mechanical, electrical, and plumbing systems • Exterior work, to include concrete and limestone installation or repair, and asphalt paving Projects often require construction contractors to team, partner with, or subcontract Architect-Engineering (A-E) Design Firm(s) to provide design, development, and coordination of projects. Task orders may have specialized design and construction experience required. Capabilities Presentations Each firm attending this industry day event will be provided 5 minutes to orally present firm capabilities and answers to the following critical questions to WHS representatives. Each firm should have three (3) printed copies of their firm's capabilities statement supplemented with answers to the following questions at event check in. 1. Existing facility clearance. Some task orders will require a SECRET facility clearance for the prime contractor and the design team. Provide current facility clearance level (FCL) and status (e.g. Active SECRET FCL). An existing SECRET or higher facility clearance is desired. Note. The contractor and design team(s) will have to maintain their facility clearance throughout the duration of the contract. 2. Bonding and performance capacity. Provide your firm's bonding capacity for single awards and in total. Describe your firm's available performance capacity in terms of annual dollars and projects. (For example, the firm could accommodate approximately "X" new projects valued between $X and $X per year after considering existing obligations). 3. Existing in-house capabilities versus subcontracted capabilities. Provide information regarding in-house and subcontracted capability (teaming relationships) such as: • Project Management • Quality Control • Estimating • Superintendent • Design capability (A/E services) • Self-performing construction services 4. Managing Multiple Projects and Surge Capability. Please describe your firm's capabilities to manage multiple projects and surge requirements. Please address the following questions with your response. • Does your company have experience managing multiple projects concurrently? If yes, please indicate how many projects your company has managed at one time. Provide information regarding the project size and complexity. • How would you handle being awarded several projects? • What is your surge capability? • What is your hiring and mentoring process for new personnel? 5. Experience: Submit three (3) Design-Build or Design-Bid-Build projects with a completed value between $1 million and $10 million to demonstrate experience in performing efforts of a similar size, scope and complexity (new construction or major renovation) completed within the last seven (7) years. To establish the breadth of experience for multiple project types, at least one new construction and one major renovation project should be included. One project should demonstrate experience in the design and construction of a project that received third-party certification from an organization with an auditable process such as LEED, Green Globes, or similar. Submissions should contain the following items for each project: • Include Contract Number, if applicable • Indicate whether Prime contractor or Subcontractor • Contract Value • Completion Date • Government Agency • Project Description. Include a brief description with sufficient detail to determine whether this project is similar to the types of projects described in this request. • Identify whether your firm used in-house design capacity or used an A/E firm to provide design services. Indicate whether your firm has an established working relationship with the design firm (if applicable). 6. Unified Facilities Criteria (UFC). The Department of Defense (DoD) utilizes the Unified Facilities Criteria program to unify all technical criteria and standards pertaining to planning, design, construction, and operation and maintenance of real property facilities. Describe your firm and design team(s) experience and capabilities to utilize the Unified Facilities Criteria. 7. Would your company consider submitting a proposal for the MACC effort? If not, please state why? Please limit your capabilities response to seven (7) pages or less. We suggest two (2) pages to describe general capabilities and not more than five (5) pages to answer the capabilities questions above. Thank you for your interest in this special notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ003418R0118/listing.html)
- Place of Performance
- Address: 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
- Zip Code: 20301-1155
- Zip Code: 20301-1155
- Record
- SN04862279-W 20180323/180321231209-be38f8620ba5890febb1fa1d510d7f26 (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 |