Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
SOURCES SOUGHT

Z -- Master IDIQ Posting (see individual pool postings)

Notice Date
8/30/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
MACDILL-18-MASTER-IDIQ
 
Archive Date
10/31/2017
 
Point of Contact
Patrick Boyette, Phone: 8138284027
 
E-Mail Address
6cons.lgcm@us.af.mil
(6cons.lgcm@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Acquisition Sources Sought FedBizOpps Reference # MACDILL-18-MASTER-IDIQ The 6th Contracting Squadron, MacDill AFB, FL is seeking capabilities from Large, Small, Small Disadvantaged (SDB), 8(a), Woman Owned Small Business (WOSB), Economically Disadvantaged Women Owned Small Business (EDWOSB), Economically Disadvantaged Women Owned Small Business (EDWOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for a Multiple Award Construction Contract (MACC), Multiple Award Task Order Contract (MATOC), a Roadwork & Paving Indefinite-Delivery, Indefinite-Quantity (IDIQ), and a Painting Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract. These Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contracts are for execution of a broad range of maintenance, repair, and minor construction requirements affecting real property at MacDill Air Force Base and Avon Park Air Force Range, Florida. The 6th Contracting Squadron potentially intends to issue a blanket solicitation for the award of separate contracts under the four pools identified above and described below. POOL 1: MACC IDIQ - Requirements include, but are not limited to the furnishing of all personnel, equipment, tools, materials, supervision, and other items and services necessary to design, manage, and accomplish a broad range of repair, alteration, and/or new construction work on various real property facilities. The projects will include tasks in a variety of trades such as demolition, site work, excavation, cast-in-place concrete, masonry, structural steel, electrical, mechanical (including HVAC), painting, carpentry, roofing, millwork, road repair, and other specialty and general contracting work. Contractor efforts generally also include the development of design documentation from a statement of work and/or other preliminary requirements documents. Contractor designs shall include industry standard and Air Force and MacDill specific requirements including, but not limited to, drawings, specifications, design analysis that is representative of a 35%, 65%, 95%, and/or 100% design effort (as identified within each Task Order). PERFORMANCE LOCATION: MacDill AFB and Avon Park Air Force Range, Florida. DOLLAR VALUE: The estimated cumulative MACC ceiling is $350M maximum. The value of individual Task Orders are typically from $500K - $5M; however, there is a potential that Task Orders may be valued over or under this range. PERIOD OF PERFORMANCE (POP): The period of performance is expected to be one (1) twelve (12) month base contract period, with six (6) twelve (12) month option periods and a six (6) month extension of services period. North American Industry Classification system (NAICS) CODE: 236220 SIZE STANDARD: $36.5M. In accordance with FAR 52.204-7, contractors must be registered in the System for Award Management (SAM) database via www.sam.gov. Prime contractors, must be US-owned entities, who intend to submit a proposal for this solicitation. Please see RFI #MACDILL-18-MACC for further information on how to submit a response and capabilities package. POOL 2: MATOC IDIQ Requirements include, but are not limited to the furnishing of all personnel, equipment, tools, materials, supervision, and other items and services necessary to design, manage, and accomplish a broad range of repair, alteration, and/or new construction work on various real property facilities. The projects will include tasks in a variety of trades such as demolition, site work, excavation, cast-in-place concrete, masonry, structural steel, electrical, mechanical (including HVAC), painting, carpentry, roofing, millwork, road repair, and other specialty and general contracting work. Contractor efforts generally also include the development of design documentation from a statement of work and/or other preliminary requirements documents. Contractor designs shall include industry standard and Air Force and MacDill specific requirements including, but not limited to, drawings, specifications, design analysis that is representative of a 35%, 65%, 95%, and/or 100% design effort (as identified within each Task Order). PERFORMANCE LOCATION: MacDill AFB and Avon Park Air Force Range, Florida. DOLLAR VALUE: The estimated cumulative MATOC ceiling is $50M maximum. The value of individual Task Orders are typically from $2K - 500K, however; there is a potential that Task Orders may be valued greater than this range. PERIOD OF PERFORMANCE (POP): The period of performance is expected to be one (1) twelve (12) month base contract period, with six (6) twelve (12) month option periods and a six (6) month extension of services period. NAICS CODE: 236220 SIZE STANDARD: $36.5M. In accordance with FAR 52.204-7, contractors must be registered in the System for Award Management (SAM) database via www.sam.gov. Prime contractors, must be US-owned entities, who intend to submit a proposal for this solicitation. Please see RFI #MACDILL-18-MATOC for further information on how to submit a response and capabilities package. POOL 3: Roadwork & Paving IDIQ Requirements include, but are not limited to the furnishing of all labor, materials, equipment, transportation, fuel, supervision, and permits required for concrete and Roadwork & Paving requirements. This contract is for the repair and installation of new horizontal and vertical concrete work, asphalt paving, excavation, asphalt removal, leveling, grading, compaction, aggregate, applying tact, small call area work, drainage piping, culverts, catch basins, pavement striping, manholes, utility mark outs, secondary electric mark outs, and finally to include all potential USAF airfield paving/repair requirements. Contractor efforts may also include the development of design documentation from a statement of work and/or other preliminary requirements documents. Contractor designs shall include industry standard and Air Force and MacDill specific requirements including, but not limited to, drawings, specifications, design analysis that is representative of a 35%, 65%, 95%, and/or 100% design effort (as identified within each Task Order). PERFORMANCE LOCATION: MacDill AFB and Avon Park Air Force Range, Florida. DOLLAR VALUE: The estimated cumulative Roadwork & Paving IDIQ ceiling is $50M maximum. The value of individual Task Orders are typically from $2K - $5M; however, there is a potential that Task Orders may be valued greater than this range. PERIOD OF PERFORMANCE (POP): The period of performance is expected to be one (1) twelve (12) month base contract period, with six (6) twelve (12) month option periods and a six (6) month extension of services period. NAICS CODE: 237310 SIZE STANDARD: $36.5M. In accordance with FAR 52.204-7, contractors must be registered in the System for Award Management (SAM) database via www.sam.gov. Prime contractors, must be US-owned entities, who intend to submit a proposal for this solicitation. Please see RFI #MACDILL-18-PAVING-IDIQ for further information on how to submit a response and capabilities package. POOL 4: Painting IDIQ- Requirements include, but are not limited to the furnishing of all labor, materials, equipment, transportation, fuel, supervision, and permits required for basewide painting requirements. Requirements include but are not limited to painting of walls, ceilings, concrete floors, exterior building surfaces and the installation and repair of wall coverings; tape, bed, and texture walls and pressure washing requirements. Contractor efforts may also include the development of design documentation from a statement of work and/or other preliminary requirements documents. Contractor designs shall include industry standard and Air Force and MacDill specific requirements including, but not limited to, drawings, specifications, design analysis that is representative of a 35%, 65%, 95%, and/or 100% design effort (as identified within each Task Order). PERFORMANCE LOCATION: MacDill AFB and Avon Park Air Force Range, Florida. DOLLAR VALUE: The estimated cumulative Painting IDIQ ceiling is $10M maximum. The value of individual Task Orders are typically from $2K - $500K; however, there is a potential that Task Orders may be valued greater than this range. PERIOD OF PERFORMANCE (POP): The period of performance is expected to be one (1) twelve (12) month base contract period, with six (6) twelve (12) month option periods and a six (6) month extension of services period. NAICS CODE: 238320 SIZE STANDARD: $15M. In accordance with FAR 52.204-7, contractors must be registered in the System for Award Management (SAM) database via www.sam.gov. Prime contractors, must be US-owned entities, who intend to submit a proposal for this solicitation. Please see RFI #MACDILL-18-PAINTING-IDIQ for further information on how to submit a response and capabilities package. RESPONSES REQUESTED FROM INTERESTED CONCERNS: Interested offerors should indicate their interest to the Contracting Officer in writing, under the posting for the applicable pool as early as possible, but no later than 16 October 2017 with the following minimum information: •(a) Indicate which set-aside you qualify for (if any) under the applicable NAICS code and Size Standard: 8(a), HUBZone, SDVOSB, WOSB or Small Business. •(b) A positive statement of your intention to submit an offer/bid if the solicitation is issued. •(c) DUNS Number or Cage Code. •(d) Indicate if you plan to joint venture or a teaming arrangement. •(e) Bonding capacity to include single and aggregate amounts. •(f) Provide evidence of recent experience (past 5 years) in work similar in type and scope as the Prime contractor. For each contract/project submitted, include the Contract Number, Project Title and Description, Award and Completion Dates, Dollar Value of Contract, Points of Contacts for each contract to include current telephone numbers and email addresses. •(g) The Government also requests industry feedback on the potential of these requirements being solicited under a single solicitation, but with separate evaluation criteria and separate awards for each pool. Interested contractors should respond to the specific pool they are interested in. If interested in multiple pools, please submit the required information separately for each individual pool using the applicable pool's FBO reference number. Contractors shall be registered in the System for Award Management (SAM) at http://www.sam.gov prior to any contract award. Provide responses via email to Mr. Patrick Boyette at 6cons.lgcm@us.af.mil NLT 16 October 2017, 11:00 AM ET. The information requested by this RFI will be used within the Air Force to facilitate decision-making and will not be disclosed outside the agency. This sources sought request for information is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation and is not a request for proposal, request for quote, invitation for bid, does not obligate the Government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/MACDILL-18-MASTER-IDIQ/listing.html)
 
Place of Performance
Address: MacDill Air Force Base, FL & Avon Park Air Force Range, FL, MacDill AFB, Florida, 33608, United States
Zip Code: 33608
 
Record
SN04655531-W 20170901/170830233313-ef7ba35fea78789814f07c05c1efc62b (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.