SOURCES SOUGHT
Z -- Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base, California
- Notice Date
- 1/4/2024 10:23:46 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA4610 30 CONS PK VANDENBERG SFB CA 93437-5212 USA
- ZIP Code
- 93437-5212
- Solicitation Number
- VSFBMACC2024
- Response Due
- 1/31/2024 4:30:00 PM
- Archive Date
- 02/15/2024
- Point of Contact
- Alyson R. Kolding, Phone: 805-606-2164, Jennifer Paccioretti, Phone: (805)-606-6367
- E-Mail Address
-
alyson.kolding@us.af.mil, jennifer.paccioretti@spaceforce.mil
(alyson.kolding@us.af.mil, jennifer.paccioretti@spaceforce.mil)
- Description
- The 30th Contracting Squadron is publicizing this SOURCES SOUGHT NOTICE in order to gather industry information and input with respect to a potential Multiple Award Construction Contract (MACC) program at Vandenberg Space Force Base, CA. No solicitation is being issued at this time. This is not a Request for Proposal (RFP) nor 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 or bids, nor will any award be made as a result. The Government will not be responsible for any costs incurred by interested parties in response to this notice. Any future solicitation, including specifications and/or drawings, will be made available only on the System for Award Management (SAM) website (https://www.sam.gov/). Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments. The Government is seeking to identify qualified, experienced, and interested potential businesses capable of performing the type of work as described herein in order to potentially help determine which business set-aside to use. The envisioned MACC program would consist of indefinite-delivery, indefinite-quantity contracts to provide a vehicle for executing a broad range of maintenance, repair and new construction of buildings, facilities, or base infrastructure, performed under a design/build or bid/build process. The MACC would primarily service Vandenberg SFB with the potential for projects at its associate sites (Pillar Point Air Force Station, Anderson Peak, Orcutt Hill, Santa Ynez Peak, and Point Mugu).� In general, MACC program contractors would be given fair opportunity to compete for projects described in individual task order solicitations and would be expected to accomplish a wide variety of construction tasks, including design/build, renovation, additions/upgrades, and new construction integrating multiple construction trades/disciplines. All projects under the MACC are expected to require the use of a registered architect or engineer, whether to build a design from concept, to validate an existing design, or to validate/stamp record drawings.� Therefore, in-house design capability or ready access to design capability is expect to be a must for projects under MACC. For the purpose of this Request for Information (RFI), the anticipated North American Industrial Classification System (NAICS) code is 236220 / Commercial and Institutional Building Construction, with a size standard of $45,000,000. All interested parties are invited to respond and must be currently registered in the SAM database (https://www.sam.gov/). The information requested by this RFI will be used to facilitate decision making and will not be disclosed outside the agency. Should a future requirement evolve from this preliminary planning process, it is anticipated that contracts will be awarded for a term consisting of one base year plus four, 1-year option periods. Task Orders written against MACC contracts are anticipated to range between $2,000 and $25,000,000. Task orders on the current MACC at Vandenberg SFB have ranged from approximately $300,000 to $9,500,000 with an average order value of approximately $3,100,000.� The overall program value is still under consideration; accordingly, at this point it is roughly anticipated to be $375,000,000 over a five-year period. If your firm has an interest in proposing on future requirements as described above, please prepare and transmit a Capability Statement to Jennifer Paccioretti, Meghann Applebay, Alyson Kolding, and Jeffrey Grelck via mail addressed to 30 CONS/PKA, 1515 Iceland Ave, Bldg 8500, Room 150, Vandenberg SFB, CA 93437-5212, or email (preferred method) to jennifer.paccioretti@spaceforce.mil, meghann.applebay@spaceforce.mil, alyson.kolding@spaceforce.mil, and jeffrey.grelck@spaceforce.mil not later than 4:30 PM PST, 31 January 2024. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email by 12:00 PM PST, 1 February 2024) is recommended to ensure receipt of your submission by the Government. We additionally request Capability Statements address the questions identified in the attached questionnaire.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a93551fab5df48ba8d3c56245c43c5f8/view)
- Place of Performance
- Address: Lompoc, CA 93437, USA
- Zip Code: 93437
- Country: USA
- Zip Code: 93437
- Record
- SN06927628-F 20240106/240104230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |