Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2016 FBO #5325
MODIFICATION

Y -- Nellis AFB Multiple Award Construction Contract (MACC) Solicitation - Solicitation 1

Notice Date
6/20/2016
 
Notice Type
Modification/Amendment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-16-R-A100
 
Response Due
7/20/2016 2:00:00 PM
 
Point of Contact
Patrick W. Mock, Phone: 702-652-9121, Gilbert Cano, Phone: 702 652-5358
 
E-Mail Address
patrick.mock.1@us.af.mil, gilbert.cano.2@us.af.mil
(patrick.mock.1@us.af.mil, gilbert.cano.2@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Atch 58_Bid Schedule, RKMF 16-0062 Rpr Courtroom, Bldg 16 Atch 57_As-Built Drawings, RKMF 16-0062 Rpr Courtroom, Bldg 16 Atch 56_Asbestos & LBP Reports, RKMF 16-0062 Rpr Courtroom, Bldg 16 Atch 55_Facility Photos, RKMF 16-0062 Rpr Courtroom, Bldg 16 Atch 54_Demolition Plan, RKMF 16-0062 Rpr Courtroom, Bldg 16 Atch 53_Statement of Work, RKMF 16-0062 Rpr Courtroom, Bldg 16 Atch 52_Past Performance Questionnaire Atch 51_Sample Client Authorization Letter Atch 50_Subcontractor_Teaming Partner Consent Form Atch 49_Past Performance Information Sheet Atch 48_Teaming List Atch 47_Wage Determination_NV160034_20160108 Atch 46_Wage Determination_NV160022_201600603 Atch 45_Wage Determination_NV160004_20160603 Atch 44_Wage Determination_NV160001_20160311 Atch 43_Schedule of Values Template Atch 42_Contract Progress Report Template Atch 41_AF 3064_Progress Schedule Atch 40_AF 3052_Construction Cost Estimate Breakdown Atch 39_AF 103_Base Civil Engineering Work Order Request Atch 38_Nuclear Gauge Form 2 Atch 37_Nuclear Gauge Form 1 Atch 36_NAFB 0-74_Range Pass Atch 35_VEA Connection Charge Agreement Atch 34_UM48-2 Multi-ground rod-Profile A-size Atch 33_UM33-Profile A-size Atch 32_UM17-2 XFMR-Profile A-size Atch 31_UM3-14-Profile A-size Atch 30_Ug 17-2 Delta-Wye Atch 29_Trench Sand Atch 28_Cooper Transformers Three Phase List Atch 27_1728F-806 UG Main VEA standard Atch 26_3PH CJE-Profile A-size Atch 25_3PH CJE CREECH 4in-Profile A-size Atch 24_1PH CJE-Profile A-size Atch 23_(CREECH) UR2 (S) Atch 22_(CREECH) UM1-6C Atch 21_AFMAN 32-1084_Facility Requirements Atch 20_AFI 40-201_Radioactive Materials Management Atch 19_AFI 33-580_Spectrum Management Atch 18_NAFB Plan 32-7086 Hazardous Materials Management Plan Atch 17_AFI 32-7086_Hazardous Materials Atch 16_AFI 32-7042 Waste Management Atch 15_AFI 32-7044_Storage Tank Atch 14_AFI 32-1044_Visual Air Navigation Systems Atch 13_AFI 32-1024_Standard Facility Requirements Atch 12_AFI 32-1021_Planning and Programming MILCON Projects Atch 11_AFI 23-204_Material Management Atch 10_ACCMAN32-7051_hollomanafbsup_1 Atch 09_Energy Mgmt and Control System Sole Source Letter Atch 08_ACC Architectural and Interior Design Stds_200201 Atch 07_Communication Installation Stds_20140320 Atch 06_Engineering Technical Letter_20020627 Atch 05_Environmental Permit_ATP Guidance Atch 04_Nellis_Creech AFB Fire Protection Stds Atch 03_Nellis_Creech AFB Lighting Fixture Req_20150528 Atch 02_Nellis_Creech ID2 Handbook 201108 Atch 01_MACC SOW_20160505 FA4861-16-R-A100 MACC Solicitation The 99th Contracting Squadron is soliciting a Multiple Award Construction Contract (MACC) for Nellis Air Force Base, Creech Air Force Base, and Nevada Test & Training Range (NTTR). The MACC will be an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for, Full design-build, Partial design-build, and design-bid-build construction projects that shall be awarded via individual task orders. Task orders will provide a vehicle for execution of a broad range of projects, such as carpentry, road repair, roofing, excavation, interior/exterior electrical, steam fitting, HVAC, plumbing, sheet metal, fencing, demolition, fire protection, concrete, masonry, and other projects. In-house design capability or ready access to design capability is a must for projects including alteration and repair to existing infrastructure. Period of Performance and Magnitude: The maximum programmed amount (potential price of all task orders issued to MACC Awardees) is not to exceed $40 Million. The period of performance is for five (5) years with each contract year being an ordering period. Individual task orders are estimated to be between $25,000 and $5,000,000 and will vary in size and complexity. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. This is a Competitive 8(a) Procurement limited to qualified/eligible 8(a) firms in the Small Business Administration Regions 8 & 9. The applicable North American Industry Classification System (NAICS) code for this acquisition is Sector 23 (Construction) with a small business size standard of $36.5 Million. The government intends to award up to six (6) contracts under this program. Award will be made on the basis of best value utilizing Performance Price Tradeoff source selection procedures with technically acceptable offerors where past performance is significantly more important than price. It is anticipated the solicitation will be issued electronically on or about 19 May 2016, on the Federal Business Opportunities (FBO) web page. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this 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), and WinZip (.zip or.exe.). The government intends to hold a site visit for the proposal demonstration project. The exact date of the site visit will be identified in the solicitation. Due to space limitations, each offeror is limited to no more than three (3) attendees. Any prospective contractor must be registered in the System for Award Management (SAM) database 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 be eligible for timely award. All prospective offerors must go to http://www.sam.gov/ to add or update its representations and certifications record.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-16-R-A100/listing.html)
 
Place of Performance
Address: 5865 Swaab Blvd, Bldg 588, Nellis AFB, Nevada, 89191-7063, United States
Zip Code: 89191-7063
 
Record
SN04154934-W 20160622/160620234038-850c577c34f97fc1ab5f6851bf55a77e (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.