Search Contract Opportunities

Multiple Award Construction Contract (MACC)   6

ID: FA480910R0004 • Type: Sources Sought • 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
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Nov. 19, 2010, 2:18 p.m. EST
Summary of Changes: Amendment 0011 answers more questions and extends due date to 3 Dec 2010 at 4:30PM EST.
Posted: Nov. 4, 2010, 2:49 p.m. EDT
Posted: Nov. 1, 2010, 10:18 a.m. EDT
Posted: Oct. 25, 2010, 2:25 p.m. EDT
Posted: Oct. 25, 2010, 9:14 a.m. EDT
Posted: Oct. 22, 2010, 1:09 p.m. EDT
Posted: Oct. 21, 2010, 2:14 p.m. EDT
Posted: Sept. 8, 2010, 6:18 p.m. EDT
Posted: Aug. 16, 2010, 5:39 p.m. EDT
Posted: Aug. 13, 2010, 2:33 p.m. EDT
Posted: July 27, 2010, 2:11 p.m. EDT
Posted: July 16, 2010, 4:54 p.m. EDT
Posted: July 7, 2010, 7:16 p.m. EDT
Posted: June 10, 2010, 5:19 p.m. EDT
Posted: May 12, 2010, 2:51 p.m. EDT
Posted: Feb. 17, 2010, 10:58 a.m. EST
Posted: Dec. 29, 2009, 11:23 a.m. EST
Posted: Dec. 24, 2009, 10:10 a.m. EST
Posted: Dec. 24, 2009, 10:04 a.m. EST
Posted: Dec. 24, 2009, 9:49 a.m. EST
Posted: Dec. 21, 2009, 10:03 a.m. EST
Posted: Dec. 16, 2009, 3:23 p.m. EST
Posted: Dec. 8, 2009, 1:36 p.m. EST
Posted: Dec. 8, 2009, 9:46 a.m. EST
Posted: Dec. 4, 2009, 3:24 p.m. EST
This is a sources sought synopsis for a Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) at Seymour Johnson AFB, (Wayne County) NC which includes the Air Force Recreational Facility at Fort Fisher and the Dare County Bomb Range. This action is being considered as a possible set-aside for 8(a), HUBZone, or Service Disabled Veteran Owned Small Business concerns. 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. Work to be performed under the MACC will be the general construction category to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving and earthwork. Work to be performed under the MACC will be within the North American Industry Classification System (NAICS) codes, Sector 23 Construction, Subsector 236 Construction of Buildings, Size Standard $31M; Subsector 237 Heavy and Civil Engineering Construction Size Standard $31M (except Land Subdivision, $6.5M and Dredging and Surface Cleanup Activities, $18.5M) and Subsector 238 Specialty Trade Contractors, Size Standard $13M for work on Seymour Johnson AFB. The aggregate not-to-exceed amount for this design-build IDIQ contract is estimated at $25 million. Solicitations issued under this contract could be either Invitation for Bids or Requests for Proposals. The performance period is one (1) base year with four (4) option years of one (1) year each. The guaranteed minimum contract amount including all options is $2,000.00 and the maximum contract amount is $25,000,000.00. The minimum task order amount is $2,000.00 and the maximum amount per task order is $5,000,000.00. The intent is to award three contracts as a result of the solicitation; however, awards may vary dependant on the interest shown. Interested 8(a), HUBZone, and Service Disabled Veteran Owned small business concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but not later than 5 calendar days after the date of this notice. As a minimum, the following information is required: a) a positive statement of your intention to bid on this contract as a prime contractor; (b) a copy of the firm's capability statement which should clearly describe any teaming arrangements and evidence of recency within the past three (3) years and experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers; (c) evidence of bonding capability on the bonding company letterhead to the maximum magnitude of the project to include both single and aggregate totals (d) a copy of the firm's include . All of the above must be submitted in sufficient detail for a decision to be made on availability of interested and qualified 8(a), HUBZone or SDVOSB concerns. Responses are limited to a maximum of 10 single-sided pages. Responses may be mailed, faxed to (919)722-5424 or e-mailed. Failure to submit all information requested will result in a contractor not being considered as an interested and qualified 8(a), HUBZone or SDVOSB concern. A decision on whether this requirement will be pursued as an 8(a), HUBZone or SDVOSB set-aside or on an unrestricted basis will be posted on FedBizOpps within two calendar days after the 5 calendar days have expired.
The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. Past performance is significantly more important than price. It is anticipated the solicitation will be issued electronically on or about 25 March 10
On the Federal Business Opportunities web page at http:www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review the FBO site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), adobe Acrobat Reader (.pdf), WinZip(.zip or .exe.), or Autocad. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to eligible for timely award. Effective January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to www.bpn.gov to add/update its ORCA record. Oral communications are not acceptable in response to this notice. This sources sought notice should not be construed in any manner to be an obligation to issue a requirement, a contract, or result in any claim for reimbursement of costs for any effort expended in responding to this request. The Government will not reimburse contacts for any cost(s) incurred for participation in this survey.
Primary POC is Patrick Hall at (919)722-5425; email patrick.hall@seymourjohnson.af.mil; secondary POC is andrea.jackson@seymourjohnson.af.mil.

Overview

Response Deadline
Dec. 3, 2010, 4:30 p.m. EST (original: Dec. 11, 2009, 11:59 p.m. EST) Past Due
Posted
Dec. 4, 2009, 3:24 p.m. EST (updated: Nov. 19, 2010, 2:18 p.m. EST)
Set Aside
8(a) (8A)
Place of Performance
Seymour Johnson AFB GOLDSBORO, NC 27534 USA
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
32%
Vehicle Type
Indefinite Delivery Contract
On 12/4/09 Air Combat Command issued Sources Sought FA480910R0004 for Multiple Award Construction Contract (MACC) due 12/3/10. The opportunity was issued with a 8(a) (8A) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z.
Primary Contact
Title
TSgt
Name
Michael J Demers   Profile
Phone
(919) 722-5607
Fax
(919) 722-5424

Secondary Contact

Title
Team Lead
Name
Bobbie White   Profile
Phone
(919) 722-5602
Fax
919-722-5424

Documents

Posted documents for Sources Sought FA480910R0004

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought FA480910R0004

Award Notifications

Agency published notification of awards for Sources Sought FA480910R0004

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought FA480910R0004

Contract Awards

Prime contracts awarded through Sources Sought FA480910R0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA480910R0004

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA480910R0004

Experts for Multiple Award Construction Contract (MACC)

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > ACC > FA4809 4TH CONS SQ CC
FPDS Organization Code
5700-FA4809
Source Organization Code
100258156
Last Updated
April 8, 2014
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 8, 2014