SOLICITATION NOTICE
Z -- Front Range Multiple Award Construction Contract (FRMACC)
- Notice Date
- 5/9/2019
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 21st Contracting Squadron 135 Dover Street, Suite 2225 Peterson AFB CO 80914-1055
- ZIP Code
- 80914-1055
- Solicitation Number
- FA251719RA016
- Response Due
- 5/31/2019
- Point of Contact
- Christina D. Leary, Contracting Officer, Phone 719-556-6609, - TSgt Jemimah E. Griggs, Contracting Officer, Phone 719-556-6609
- E-Mail Address
-
christina.leary@us.af.mil, jemimah.griggs@us.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The 21st Contracting Squadron is publicizing this draft Request for Proposal (RFP) for the Front Range Multiple Award Construction Contract (FRMACC). The FRMACC is a competitive, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ). This acquisition is a 100% small business set-aside under NAICS 236220, Commercial and Institutional Building Construction, with a size standard of $36.5M. The FRMACC will support a broad range of design-bid-build/design-build services up to 100% and maintenance, repair and minor construction work on real property at the following locations: Fort Carson Army Base (FCAB) to include Pinon Canyon Maneuver Site (PCMS), and Pueblo Chemical Depot; Cheyenne Mountain Air Force Station (CMAFS); Peterson Air Force Base (PAFB); Schriever Air Force Base (SAFB); United States Air Force Academy (USAFA) to include Farish Memorial Recreation and Bulls Eye Auxiliary Airfield; Buckley Air Force Base (BAFB) to include Colorado Air National Guard, Greeley Air National Guard Station (GANGS), and Air Burst Range; and F.E. Warren Air Force Base (FEWAFB). The FRMACC will have a two-tiered structure. Tier 1 will be for projects with an estimated value of equal to or below the SAT, which is currently at $250K. Tier 1 will be set-aside for 8(a) concerns restricted to Colorado and Wyoming Districts only. Tier 2 will be for projects with an estimated value of above the SAT to $10M. Tier 2 will be set-aside for small business (SB) concerns nationwide (to include the Tier 1 8(a) awardees). See Attachment 4a - Two-Tiered Structure for further details. The FRMACC will consist of a five-year base ordering period, one two-year option ordering period, and one six-month option to extend services period. The total aggregate amount expendable under the FRMACC program shall not exceed $950,000,000.00. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA251719RA016/listing.html)
- Place of Performance
- Address: Colorado and Wyoming
- Country: US
- Country: US
- Record
- SN05306290-F 20190511/190509230005 (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 |