SOURCES SOUGHT
99 -- 2027 McConnell AFB MACC IDIQ
- Notice Date
- 5/28/2025 8:46:13 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA4621 22 CONS PK MCCONNELL AFB KS 67221-3702 USA
- ZIP Code
- 67221-3702
- Solicitation Number
- A050007
- Response Due
- 6/27/2026 2:00:00 PM
- Archive Date
- 07/12/2026
- Point of Contact
- 2d Lt William Johnson, Phone: 3167594456, Marcus Tucker, Phone: 3167594520
- E-Mail Address
-
william.johnson.237@us.af.mil, marcus.tucker.7@us.af.mil
(william.johnson.237@us.af.mil, marcus.tucker.7@us.af.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICIATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. To explore the possibility of a Multiple Award Construction Contract (MACC) at McConnell AFB, KS, the 22d Contracting Squadron (22 CONS) is publishing this SOURCES SOUGHT NOTICE to gather relevant industry information. This Multiple Award Construction Contract (MACC) represents a significant opportunity for qualified construction firms. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, awarded to multiple vendors, facilitates the procurement of a variety of construction projects. Task orders, each up to $10,000,000, will be firm-fixed-price and awarded through a competitive process among the MACC holders. The contract has a total potential value of $99,000,000 over six or more years with a 12-month base period and option periods to be determined once the duration is final. Contractors under this contract will perform a wide variety of construction tasks, including: design-build projects; renovation and upgrade projects; new construction requiring integration of multiple trades; and repair/replacement of infrastructure such as roadways, airfield taxiways, and runways. These tasks will span a broad range of trades, including carpentry, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Design capabilities are essential, with contractors expected to provide full-project design services from concept or performance-based requirements. The anticipated North American Industrial Classification System (NAICS) code for this Request for Information (RFI) is 236220 (Commercial and Institutional Building Construction), with a size standard of $45 million. No solicitation is being issued at this time. This is not a Request for Proposal (RFP), or Invitation for Bid (IFB), and shall not be construed as a commitment by the government to issue a solicitation or ultimately award a contract. 22 CONS is seeking capabilities from businesses classified as Small, 8(a), Women Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or Historically Underutilized Business Zone (HUBZone) for the purposes of determining the appropriate level of competition for a Multiple Award Construction Contract (MACC). Depending upon the response to this notice and other market research, 22 CONS may limit the competition to a specific category of small business with the exclusion of all other potential business concerns. If adequate responses are not received from the previously mentioned concerns, the acquisition may be solicited on an unrestricted basis. Additionally, the Government may consider additional subsets of work for specific small business category set asides if the data provided indicates there would be enough competition for those specific set asides. Interested and qualified firms are invited to respond to this sources sought notice by submitting a capability statement. The capability statement should provide a clear and concise overview of your firm's qualifications and experience, similar in format and content to your standard marketing materials. Please note that oral communications will not be accepted. Your written response should include the following information: Company Information (e.g. name, business address, point of contact, telephone number, e-mail address). Also include UEI number or CAGE Code; Socio-economic Status (e.g., Small, 8(a), WOSB, VOSB, SDVOSB, HUBZone, and any associated documentation of such status, certification or approvals). Also include business size in relation to the NAICS code size standard assigned to this acquisition. Summarize how your company is capable and qualified to handle this type of work. Summarize projects that show your capabilities and past performance. The list of relevant projects should include names of project team members and firm, customer or agency and their point of contact (Contracting Officer and Quality Assurance Evaluator/Inspector) with titles, email and phone numbers, project scope, project value and type of contract. Bonding: provide your bonding capacity per contract and aggregate. Please limit submission of your information capability statement and data to twelve (12) pages. The information capability statement and data noted above must be submitted in written format via e-mail to the following addresses: william.johnson.237@us.af.mil and marcus.tucker.7@us.af.mil no later than 4:00 PM (CST) on 27 June 2025. The information requested by this notice will be used within the DoD and SBA to facilitate decision making and will not be disclosed outside the agencies. Please note that this is a Sources Sought announcement intended solely for information gathering and acquisition planning. This notice does not obligate the government to issue a contract, nor does it guarantee reimbursement for any expenses incurred in preparing a response. No solicitation is currently available. Any future solicitation will be posted on the SAM website (https://sam.gov). It is the responsibility of interested parties to monitor SAM for solicitation updates and releases. To receive award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management (SAM). The SAM website is https://sam.gov. The successful offeror must also have active certifications within the SAM system. Contracting Office Address Bldg. 840 53384 Kansas St STE 110 McConnell AFB, KS 67221-3702 USA Phone 316-759-4456 Primary POC: 2d Lt William Johnson William.johnson.237@us.af.mil 316 759 4456 Secondary POC: Marcus Tucker Marcus.tucker.7@us.af.mil 316 759 4520
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b1664f2bfaf541aa827548dcd08dea59/view)
- Place of Performance
- Address: McConnell AFB, KS 67221, USA
- Zip Code: 67221
- Country: USA
- Zip Code: 67221
- Record
- SN07458605-F 20250530/250528230059 (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 |