Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

Y -- Multiple Award Construction Contract

Notice Date
6/16/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-11-R-0010
 
Point of Contact
Patrick R Butler, Phone: 316-759-4545, William J Carbrey, Phone: 316-759-6866
 
E-Mail Address
patrick.butler.2@us.af.mil, bill.carbrey@mcconnell.af.mil
(patrick.butler.2@us.af.mil, bill.carbrey@mcconnell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 22d Contracting Squadron (22 CONS) announces the acquisition of a Multiple Award Construction Contract (MACC). A MACC is an Indefinite-Delivery Indefinite-Quantity contract that is awarded to multiple firms. The Government shall issue task orders for individual construction projects based upon competition from the successful awardees. Anticipated task orders shall be a Firm Fixed Price with a magnitude up to $5,000,000.00. The total contract value for this contract is not to exceed $60,000,000.00 over a five year period. Each contract awarded will contain a basic 12-month period of performance and four subsequent options with 12 month periods of performance. The work consists of a wide variety of construction tasks, including the following: design and build; renovation; additions and upgrades; new construction integrating multiple construction trades and disciplines; and repair and replacement of roadways, airfield taxi-ways and runways. The successful awardees shall be capable of providing full-project design from concept or a performance-oriented statement of work. The Government contemplates issuing a Total Small Business Set-Aside North American Industry Classification System (NAICS) under the following: 236220 Commercial and Institutional Building Construction, (Size Standard $33.5M). Subsequent task orders may be issued under NAICS sub-sectors 236, 237, 238. Prospective offers shall be evaluated based upon price and past performance with past performance being significantly more important than price. Price shall be determined on the basis of a seed project to design and renovate fire station living and recreational areas. Government shall issue an award to up to ten (10) contractors. There is no guarantee that any optional period of performance may be exercised. The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package, including the Standard Form 1449 and continuation pages, the Work Statement, the Department of Labor Wage Determination and the Past and Present Performance Questionnaire, shall be made available only on the Federal Business Opportunities (FedBizOpps) Web Site at http://www.fedbizopps.gov/. Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means shall not be honored. Potential offerors are responsible for monitoring the FedBizOpps website for the release of the solicitation package, which should be on or about 1 July 2011, for downloading their own copy of the solicitation package and for downloading their own copy of any subsequent amendments, if any. All firms wishing to submit a proposal subsequent to the solicitation described herein MUST be registered in the Central Contractor Registration (CCR) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Information on registration in CCR can be obtained at the following website: http://www.ccr.gov. All firms wishing to submit a proposal subsequent to the solicitation described herein may register in Online Representations and Certifications Application (ORCA) located at https://orca.bpn.gov/. No response to this announcement is required. The government shall not pay for any information submitted in response to this announcement. The solicitation subsequent to this announcement may be cancelled. After solicitation and prior to award the possibility exists to reject all offers when cancellation is clearly in the public interest. This announcement does not obligate the Government to pay for any bid or proposal preparation costs. Per AFFARS 5352.201-9101 (10 AUG 2005) the following applies: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. *****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-11-R-0010/listing.html)
 
Place of Performance
Address: McConnell Air Force Base, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02474431-W 20110618/110616234405-78dfd447f083a1251b41add16730f055 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.