Search Contract Opportunities

General Construction - Multiple Award Task Order Contract   5

ID: FA330024R0027 • Type: Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The 42nd Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112, will issue a Request for Proposal (RFP) for contractors to perform a firm-fixed price Multiple Award Task Order Contract (MATOC) which is an indefinite delivery indefinite quantity {IDIQ) contract for the execution of a broad range of projects. Work shall be defined by individual Task Orders (TO) and may consist of multiple disciplines in design and construction categories. All divisions of Master Format may be used. It may involve design services for all aspects of general construction including construction, modifications, and renovations of existing facilities, roads, and utilities. Work may include, but is not limited to construction, repair, alteration, demolition of facilities, roads, and infrastructure. The contractor shall furnish all design, labor, equipment, material, manufactured articles, transportation, supervision, and all else necessary to accomplish the design and/or repair/construction of each TO written under this contract for all work that is defined for each project. Work may be accomplished at Maxwell AFB/Gunter Annex, Lake Martin Recreation Area, or Vigilant Warrior training site. The magnitude of construction is more than $10,000,000.00 IAW Federal Acquisition Regulation 36.204 - Disclosure of the magnitude of construction projects.

The North American Industry Classification System (NAIC) Code is 236220 - Commercial and Institutional Building Construction, the small business size is $45M, and the Product Service Code (PSC) is Z2AA - Facility Related Services. The solicitation will be issed as a 100% Total Small Business Set-Aside and made available on the System for Award Management (SAM) website at https://sam.gov. Please note that this requirement will be limited to Small Businesses within a 250 mile radius, and potential offerors will be required to respond to the attached specifications and drawings titled "Repair Chiller, Bldg. 1095." Paper copies will not be available. There will be no amount charged for solicitation documents and respondens will not be reimbursed for any costs incurred in responding to official solicitation. Once the solicitation is posted, it is the responsibility of the interested parties to review this site frequently for any updates/amendments to any and all documents.

The resultant contracts shall be resultant of the Total Small Business Set Aside Socioeconomic Program. All offerers must have a minimum aggregate bonding capacity of $19,999,031.25.

IMPORTANT NOTES:

1. It is the responsibility of each offeror to ensure that NAICS 238990 is added to your System for Award Management (SAM) registration.

2. All prospective Offerors interested in submitting a proposal must have a Commercial and Government Entity code (CAGE) and a Unique Entity Identifier (UEI).

3. All offerors responding to the solicitation MUST BE REGISTERED and ACTIVE in the DoD Systems for Award Management (SAM) database at time of quotation submission, no exceptions. Contractors not registered in SAM, your quote will not be evaluated. To register, please visit https://sam.gov/ orcall 1-866-606-8220.

Points of contact for this solicitation are Mr. Dartamien Brown at 334-953-3933 or dartamien.brown.1@us.af.mil and Ms. Shamekia Williams at (334) 953-5552 or shamekia.williams.1@us.af.mil . Official Due dates for proposals will be listed in the solicitation.

THIS IS A NOT A REQUEST FOR QUOTE OR PROPOSAL.

Attachments (11):

MATOC Attachment 1: Statement of Work (SOW)

MATOC Attachment 2: Specifications (SPECS)

MATOC Attachment 3: B1095 Specifications (B1095 SPECS)

MATOC Attachment 4: B1095 Drawings (B1095 DWGS)

MATOC Attachment 5: Air Force (AF) Form 3052 (AF3052)

MATOC Attachment 6: Past Performance Questionnaire (PPQ)

MATOC Attachment 7: Past Performance Information (PPI)

MATOC Attachment 8: Subcontractor Consent Letter

MATOC Attachment 9: Section L-Instructions, Conditions and Notice to Bidders

MATOC Attachment 10: Section M-Evaluation Factors

MATOC Attachment 11: Wage Determination-WD for Bldg 1095

MATOC Soliciation

Background
The 42nd Contracting Squadron at Maxwell AFB, AL, is issuing a Request for Proposal (RFP) for a firm-fixed price Multiple Award Task Order Contract (MATOC).

This indefinite delivery-indefinite quantity (IDIQ) contract aims to execute a broad range of construction projects to support the mission of the Air Force. The contract will involve various design and construction tasks to maintain and improve facilities, roads, and utilities at Maxwell AFB and surrounding areas.

Work Details
The scope of work includes construction, repair, alteration, and demolition of facilities, roads, and infrastructure. Specific tasks may involve:
- Design services for general construction projects
- Modifications and renovations of existing facilities
- Execution of multiple disciplines in design and construction categories
- Furnishing all necessary design, labor, equipment, materials, transportation, supervision, and other resources required for each task order (TO).

Work will be performed at Maxwell AFB/Gunter Annex, Lake Martin Recreation Area, or Vigilant Warrior training site. The total ceiling for the MATOC program is $19,999,031.25 over five years with a guaranteed minimum amount of $2,000,000.

Period of Performance
The contract will be performed over a period not exceeding five years from the date of award.

Place of Performance
The construction projects will take place at Maxwell AFB/Gunter Annex, Lake Martin Recreation Area, and Vigilant Warrior training site in Alabama.

Overview

Response Deadline
Sept. 13, 2024, 4:00 p.m. EDT Past Due
Posted
Aug. 20, 2024, 7:54 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Montgomery, AL 36112 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$10,000,000 (value based on agency estimated range)
Vehicle Type
Indefinite Delivery Contract
On 8/20/24 Air Education and Training Command issued Solicitation FA330024R0027 for General Construction - Multiple Award Task Order Contract due 9/13/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2AA.
Primary Contact
Name
Dartamien "Dee" Brown   Profile
Phone
(334) 953-3933
Fax
(334) 953-2198

Secondary Contact

Name
Shamekia Williams   Profile
Phone
(334) 953-5552
Fax
3349532198

Documents

Posted documents for Solicitation FA330024R0027

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation FA330024R0027

IDV Awards

Indefinite delivery vehicles awarded through Solicitation FA330024R0027

Incumbent or Similar Awards

Contracts Similar to Solicitation FA330024R0027

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA330024R0027

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA330024R0027

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AETC > FA3300 42 CONS CC
FPDS Organization Code
5700-FA3300
Source Organization Code
100098189
Last Updated
Oct. 5, 2024
Last Updated By
drew.matter@us.af.mil
Archive Date
Oct. 5, 2024