Search Contract Opportunities

Multiple Award Construction Contract (MACC), Moody AFB   4

ID: FA483024R000X • Type: Presolicitation • Match:  90%
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

Posted: Sept. 13, 2024, 11:49 a.m. EDT

The 23rd Contracting Squadron will solicit for Indefinite Delivery Indefinite Quantity (IDIQ) contracts with Firm-Fixed-Price (FFP) task orders under the Multiple Award Construction Contract (MACC) Program. The MACC IDIQ will be for the acquisition of multi-disciplined construction projects at Moody AFB, Grand Bay Range, Grassy Pond, Spence Field, Valdosta Regional Airport in Georgia, and Avon Park in Florida. Work may include a range of construction services for design-build, bid-build projects, including but not limited to, maintenance, repair, alterations, mechanical, electrical, heating/air conditioning, demolition, painting, paving, mold remediation, earthwork, etc.

This will be a competitive set-aside for 8(a), HUBZone, and Small Businesses. The Government intends to award nine (9) contracts to include (3) SB categories: 3 8(a), 3 HUBZone, and 3 Small Business (SB). The Government intends to not permit foreign contractors to participate at the Prime Contractor level. The applicable North American Industry Classification System (NAICS) code for this acquisition is 236220 (Construction) with a Small Business Size Standard of $45 Million and the Product Service Code (PSC) is Z2JZ.

Period of Performance and Magnitude: The maximum programmed amount (potential price of all task orders issued) is not to exceed $150 Million. The period of performance is for a single five (5) year ordering period with two (2) one-year options. Individual Task Orders (TO) are estimated to be between $2,000 and $7,000,000 and will vary in size and complexity. All work shall be in strict compliance with the terms of the contract, specifications, and drawings for each TO. Prime contractors must self-perform at least 15% of the work on each TO.

The Government intends to hold a combined Pre-Proposal Conference/site visit event for the proposed seed project. The exact date and location of this will be identified in the solicitation.

The solicitation will be issued electronically on the System for Award Management (SAM.gov) web page. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon all interested parties to review this site frequently for any updates/amendments to all documents related to the solicitation.

Any prospective contractor must be registered in the SAM.gov database to be eligible for award. Registration requires applicants to have a Unique Entity ID (UEI) from SAM.gov. Registration may take several weeks to process. Immediate registering is recommended to be eligible for timely award. All prospective offerors must go to http://www.sam.gov/ to add or update its Representations and Certifications record. There will be no preannouncement of when the solicitation will be available.

Points of Contact:

Primary: Amanda Richardson (amanda.richardson.13@us.af.mil), Contracting Officer, 229-257-9756

Alternate: Brittany Richardson (brittany.richardson.8@us.af.mil), Contracting Officer, 229-257-4713

Alternate: Mary Twitty (mary.twitty.1@us.af.mil), Contracting Officer, 229-257-4706

Posted: Aug. 22, 2024, 12:25 p.m. EDT
Posted: April 10, 2024, 10:05 a.m. EDT
Posted: April 9, 2024, 10:24 a.m. EDT

Overview

Response Deadline
None
Posted
April 9, 2024, 10:24 a.m. EDT (updated: Sept. 13, 2024, 11:49 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Moody AFB, GA 31699 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
$90,000,000 - $150,000,000 (value based on agency estimated range)
Odds of Award
57%
Vehicle Type
Indefinite Delivery Contract
On 4/9/24 Air Combat Command issued Presolicitation FA483024R000X for Multiple Award Construction Contract (MACC), Moody AFB. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2JZ.
Primary Contact
Name
Amanda Richardson   Profile
Phone
(229) 257-9756

Secondary Contact

Name
Brittany K. Richardson   Profile
Phone
(229) 257-4713

Additional Contacts in Documents

Title Name Email Phone
Contracting Officer Mary Twitty Profile mary.twitty.1@us.af.mil (229) 257-4706

Documents

Posted documents for Presolicitation FA483024R000X

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation FA483024R000X

Award Notifications

Agency published notification of awards for Presolicitation FA483024R000X

Incumbent or Similar Awards

Contracts Similar to Presolicitation FA483024R000X

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA483024R000X

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA483024R000X

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > ACC > FA4830 23 CONS CC
FPDS Organization Code
5700-FA4830
Source Organization Code
500042766
Last Updated
April 9, 2025
Last Updated By
amanda.richardson.13@us.af.mil
Archive Date
April 9, 2025