SPECIAL NOTICE
Y -- Eielson MACC Sources Sought
- Notice Date
- 12/30/2008
- Notice Type
- Special Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 354 Broadway St, Unit 5B, Eielson AFB, Alaska, 99702-1887
- ZIP Code
- 99702-1887
- Solicitation Number
- EIELSON09MACC
- Response Due
- 1/21/2009
- Archive Date
- 4/1/2009
- Point of Contact
- Ruben G. Mindieta,, Phone: 907-377-0109, Gerald F Jacobs,, Phone: 907-377-6895
- E-Mail Address
-
ruben.mindieta@eielson.af.mil, gerald.jacobs@eielson.af.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE seeking the interest of potential and eligible contractors in an Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract (MACC) at Eielson Air Force Base, Alaska. OFFERS OR PROPOSALS WILL NOT BE ACCEPTED. THIS IS NOT A PRESOLICITATION OR SOLICITATION. ADDITIONALLY, THIS NOTICE DOES NOT OBLIGATE THE GOVERNMENT TO AWARD A CONTRACT OR MULTIPLE CONTRACTS; AND, IT DOES NOT OBLIGATE THE GOVERNMENT TO PAY FOR ANY BID AND/OR PROPOSAL PREPARATION COSTS. A Multiple Award Construction Contract is a contract for the execution of a broad range of maintenance, repair and/or minor construction which may be inclusive of design. Proposed work to be performed under the aforementioned MACC is anticipated to be within the following North American Industry Classification System (NAICS) codes as follows: Sector 23 - Construction; Subsection 236 - Construction of Buildings with a size standard $33.5 Million; Subsector 237 - Heavy Construction with a size standard $13 Million (except dredging and surface cleanup activities) and Subsector 238 - Specialty Trade Contractors - Size standard $14 Million. Contractors will be expected to accomplish a wide variety of individual construction tasks, including design/build, renovation, and additions/upgrades, along with specific work in Heating/Ventilation/Air Conditioning, electrical, mechanical and other major trades. Additionally, the Description of the Work will be identified in each individual task order. Individual task orders may range between an estimated $2,000 to $2,000,000. The overall program value is still under consideration; accordingly, at this point it is roughly anticipated to Not-to-Exceed $45,000,000 over a three-year period. Each contract awarded is projected to contain a basic 12-month period and two 12-month option periods. Currently, the number of awards anticipated to be made is still under consideration by the Government. Moreover, the Government intends to evaluate offers and select the awardees utilizing Performance Price Trade-Off. Source Selection will be conducted using the procedures from the Air Force Source Selection Policies and Procedures, the Federal Acquisition Regulations (FAR), Department Of Defense (DOD) FAR Supplements and Air Force FAR Supplements. Furthermore, if a Request For Proposal is issued it may identify a seed project, which is anticipated to be awarded to the highest rated offeror for the first award. The Government intends to compete future individual requirements among the awardees but reserves the right to award Sole Source as authorized by statue and/or law. The said proposed acquisition is being considered for SBA Certified Section 8(a) Program Participants, SBA Certified Historically Underutilized Zone (HUB Zone) Firms, Service Disabled Veteran Owned Business or a combination of these. Further details will be described within the solicitation documents. In responding to this Sources Sought Notification, please indicate your interest as a prime contractor, teaming partner, joint venture, primary subcontractor and indicate if your business is a SBA Certified Section 8(a) Program Participant, SBA Certified Historically Underutilized Zone (HUB Zone) Firm, Service Disabled Veteran Owned Business or a combination of these. Additionally, please provide evidence of recent (within three (3) years), relevant (multiple trade, multiple task order) experience in work similar in type and scope inclusive of contract numbers, project titles, dollar amounts, and points of contact with telephone numbers and a statement as to why the project is relevant; and, availability of bonding of at least $10,000,000 (maximum anticipated for each performance period) for this project. An actual solicitation is expected to be issued sometime early-to-mid 2009. The closing date and time for submission of offers will be contained in the solicitation package. Moreover, paper copies will not be available. The entire solicitation, including the specifications and/or drawings, will be made available only on the Federal Business Opportunities Web Site at http://www.fedbizopps.gov. Interested Parties are solely responsible for monitoring the aforementioned site for the release of the solicitation package and/or any updates and/or amendments to any and all subject documents. Furthermore, it is the sole responsibility of all Interested Parties to register for notification updates to any and all subject documents for the said action. All contractors MUST be registered in the Central Contractor Registration database or their proposal will not be considered. Contractors can obtain further information on the Central Contractor registration (CCR) at web site http://www.ccr.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bf1afd6e306f282b15ce05a158b40186&tab=core&_cview=1)
- Place of Performance
- Address: 354 Contracting Squadron, Eielson AFB, Alaska, 99702, United States
- Zip Code: 99702
- Zip Code: 99702
- Record
- SN01725093-W 20090101/081230214332-65dbfe62cede75381346c095c3d935c0 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |