Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOLICITATION NOTICE

Z -- Multiple Award Construction Contract (MACC) Joint Base Elmendorf-Richardson (JBER), AK

Notice Date
5/11/2020 5:02:23 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA5000 673 CONS LGC JBER AK 99506-2501 USA
 
ZIP Code
99506-2501
 
Solicitation Number
008
 
Response Due
6/11/2020 4:00:00 PM
 
Archive Date
06/26/2020
 
Point of Contact
Kenny Silbernagel, Phone: 907-552-5480
 
E-Mail Address
kenny.silbernagel@us.af.mil
(kenny.silbernagel@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Presolicitation Notice Multiple Award Construction Contract (MACC) Joint Base Elmendorf-Richardson (JBER), AK THIS IS A PRESOLICITATION NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This presolicitation notice is seeking information from any firms that have an interest in submitting an offer as a Prime Contractor for the MACC contract to be performed at Joint Base Elmendorf-Richardson, AK. This requirement is for a Multiple Award Construction Contract (MACC) Indefinite Delivery/Indefinite Quantity (IDIQ) for Joint Base Elmendorf-Richardson, AK. The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements 673d/773d Civil Engineer�s (CE) in-house capability to perform minor construction, facility repair/alteration, and real property repair/alteration projects on an as needed basis. This requirement is geared primarily towards repair/alteration projects but may also be used to perform new construction projects. The contractor shall provide all material, equipment, labor and general conditions to accomplish �non-complex� and/or �simple� design, repair, and minor construction projects in an expeditious manner. The work may include facility upgrades, utility work, airfield pavement, roads, roofs and other assorted repair and alteration projects. The construction work includes tasks in various trades such as carpentry, hazardous material abatement/removal, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Design as used in this acquisition means project estimating and preparation of minimal designs. The anticipated performance period for this service will be five (5) years with performance from 1 November 2020 through 31 October 2025. The magnitude for this IDIQ is More than $10,000,000. This acquisition will be a competitive 8a small business set-aside. The applicable North American Industry Classification System (NAICS) code is 236220�- Commercial and Institutional Building Construction, with a small business size standard of $39.5M.� It is anticipated the solicitation will be issued electronically on or about 3 September 2020 on the Beta.Sam.gov web page at�https://beta.sam.gov/. �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. Any responsible sources may submit a proposal for this acquisition, and shall be considered by the agency. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award.� To be considered, responsive offerors must register in SAM at�https://beta.sam.gov/�before submitting an offer. Instructions for registering are available at the SAM website�https://beta.sam.gov/. We request that all interested and qualified firms respond to this presolicitation notice with a capability statement which may include the following information: a.���������� Company Information (e.g. name, business address, point of contact, telephone number, e-mail address). Also include DUNS Number or CAGE Code. b. �������� Bonding: provide your bonding capacity per contract and aggregate dollar amount. c. ��������� A statement of your current business size status in relation to the NAICS code size standard assigned to this acquisition. d. �������� Identify whether your firm has the capability to meet the Government�s requirement. Indicate whether you have any current partnering/teaming arrangements with other firms. e. ��������� Identify number of years of experience and describe your firm�s prior experience on projects of a similar size and scope to the requirement described above, especially those performed in subarctic or other extreme cold weather environments. Please limit your response to recent (within 3 years) and relevant projects and include the following information: (1) Contract number, customer or firm name, or other identifying details of the project (2) Points of contact for the project including names, telephone numbers, and email addresses (3) City, State (if applicable), and country of performance (4) Type of contract vehicle and Contract Line Item Number (CLIN) structure (if applicable) (5) A brief description of your support of the project (6) Percentage of work as Prime Contractor f. ��������� Please provide any feedback your firm might have regarding major risk areas and avenues for mitigation on requirements of this type. This presolicitation notice is an advance notice for information and acquisition strategy planning purposes only and is not a solicitation. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management. The SAM website is https://sam.gov. This presolicitation notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the Contract Opportunities website https://beta.sam.gov. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments. Interested parties are invited to submit a response to this presolicitation notice by 3:00 PM Alaska Daylight Savings Time (AKDT) on June 10th, 2020. Please submit all documentation by email in PDF format and state in the subject line ""Presolicitation Response for MACC�. Responses received after this date and time may not be reviewed. All responses must be emailed to the following individuals: (a) TSgt Silbernagel; kenny.silbernagel@us.af.mil � (b) Mr. John Jeffrey; john.jeffrey.1@us.af.mil � Should you have any questions or concerns regarding this notice, please email the individuals listed above.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8dcc01684d83443cad17b3f8dccf0cd2/view)
 
Place of Performance
Address: JBER, AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN05653177-F 20200513/200511230209 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.