SOLICITATION NOTICE
Y -- (MACC) Multiple Award Constrction Contract, McConnell AFB, KS 67221 - McConnell (MACC) Solicitation Package
- Notice Date
- 10/31/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
- ZIP Code
- 67221-3702
- Solicitation Number
- FA4621-16-R-0001
- Archive Date
- 3/10/2017
- Point of Contact
- Daniel Parks, Phone: 3167593276, Valerie Brown, Phone: 316-759-4513
- E-Mail Address
-
daniel.parks.2@us.af.mil, luz_valerie.brown@us.af.mil
(daniel.parks.2@us.af.mil, luz_valerie.brown@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attach #12 - NAF General Provisions Attach #11 - Past Performance Questionnaire (PPQ) Attach #10 - Dorms Submittal Registry Attach #9 - Repair Dorms 340 342 350 Drawings-Plans Attach #8 - Repair Dorms 340 342 350 Specs Attach #7 - Seed Project - Price Schedule Attach #6 - Seed Project SOW Attach #5 - KS160062 Building (Wage Determination WD) Attach #4 - KS160035 Heavy (Wage Determination WD) Attach #3 - KS160020 Highway (Wage Determination WD) Attach #2 - KS160002 Residential (Wage Determination WD) Attach #1 - General Statement of Work (SOW) & Specs FA4621-16-R-0001 Solicitation The 22d Contracting Squadron (22 CONS) of the 22d Air Refueling Wing announces the Multiple Award Construction Solicitation (MACC) supporting McConnell AFB, Kansas 67221. This acquisition is 100% Total Small Business Set-Aside. Government anticipates award of up to six (6) contracts. The NAICS Code is 236220; size standard is $36.5M. Only proposals submitted by small business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. The Government intends to award up to six (6), firm-fixed price, indefinite-delivery/indefinite-quantity (ID/IQ) contracts which will consist of one (1) base year, and four (4) one-year option periods to be exercised at the Government's discretion. The guaranteed minimum award amount will be $500.00. The total amount of this contract is not-to-exceed a monetary amount of $60,000,000 over a total term of 5 years (as extended through the exercise of options), whichever is reached first. Ordering for individual Task Order(s)/Delivery Order(s) on this contract will be between $2,000 up to $10,000,000. The work may consist of multiple disciplines in general construction categories and may involve design and build services for execution of a broad range of maintenance, repair, alteration and construction projects at McConnell AFB, Kansas. The contractor shall provide all materials, equipment, tools, supervision and labor necessary to complete the work associated with each Task Order. Specific specifications and requirements will be given with each subsequent Task Order. Firm-fixed-price task orders issued under this MACC contract may range in value from $2,000 to $10,000,000. Each task order may involve a variety of construction trades. The MACC contractor shall provide all materials, labor, equipment, tools, transportation and ancillary items necessary to complete each project from conception to completion. All firms wishing to submit a proposal subsequent to the solicitation described herein MUST be registered in the System for Award Management (SAM) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Information on registration in SAM can be obtained at the following website: http://www.sam.gov. Potential offerors must also have current Online Representations and Certification Application on file with SAM. All applicable solicitation documents are included in this posting. PRE-PROPOSAL CONFERENCE: An organized pre-proposal conference and site visit is scheduled on 20 Oct 2016 at 1:00 p.m. CST in Bldg. 840, McConnell AFB. See AFFARS Clause 5352.215-9001 for additional information. Submit pre-proposal conference attendee(s) information to: SSgt Daniel Parks Email: daniel.parks.2@us.af.mil Phone: (316) 759-3276 Each firm shall submit the following information for no more than five (5) attendees: Full Name: First, Middle, and Last Name, Social Security Number Date of Birth (DAY / MONTH / YEAR) Driver's License (DL) or State Identification (ID) Number State of Issue of DL or ID ALL CONTRACTORS SHALL COMPLY WITH THE "REAL ID Act"; all personnel must have a valid Compliant State Driver's License, and/or acceptable form of ID in accordance with the law. NOTICE TO OFFERORS: Funds are currently not available for this effort. No award will be made until funds are available. The Government reserves the right to cancel this solicitation either before or after the closing date. In the event this solicitation is cancelled, the Government has no obligation to reimburse offerors for any costs incurred. INSTRUCTIONS TO OFFERORS: The Proposal due date is No Later Than 8 November 2016 at 2:00 PM CST. All offers in response to this solicitation MUST comply with Section L - Instructions, Conditions and Notices to Bidders, and Section M - Evaluation Factors for Award. INFORMATION REGARDING SUBMISSION OF PROPOSAL: Electronic submissions of facsimile and/or electronic mail proposals are not authorized and shall not be considered for evaluation. Hand carried proposals must be delivered to: 22 CONS/LGCB, 53384 Kansas Street, Bldg 840, McConnell AFB, Kansas 67221-3702, ATTN: SSgt Daniel Parks. The sealed envelope or package used to submit your proposal must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. Offerors are cautioned that McConnell AFB, KS has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 15.208 "Submission, Modification, Revision and Withdrawal of Proposals" EVALUATIONS AND CONTRACT AWARD: This is a competitive, best value, subjective trade-off source selection in which competing offerors' past performance history will be evaluated on a basis significantly more important than cost or price considerations. By submission of its offer, the offeror accedes to all solicitation requirements including terms and conditions, representations and certifications and technical requirements. All offers shall be treated equally except for prices and performance records. See Section M - Evaluation Factors for Award for additional information. The Government intends to award up to six (6) contracts to the offerors representing the best value based on the seed project. The offeror providing the overall best value for the combination of line items that can be awarded within available funding will receive the project task order. All other awardees will receive the minimum $500 partnership award. The Government intends to award the entire scope of the seed project, including the base effort and all options. However, award is subject to availability of funds. All offerors will be evaluated equally using the same line items. 5352.201-9101 OMBUDSMAN (JUN 2016) (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 interested 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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregory S. Oneal, AFICA OL AMC, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-16-R-0001/listing.html)
- Place of Performance
- Address: McConnell AFB, McConnell AFB, Kansas, 67221, United States
- Zip Code: 67221
- Zip Code: 67221
- Record
- SN04316408-W 20161102/161031234300-dde08ae3dffe6d72cc482e04e6864c08 (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 |