Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2020 SAM #6776
SOURCES SOUGHT

99 -- Multiple Award Construction Contract (MACC) JB Andrews and JB Anacostia-Bolling

Notice Date
6/16/2020 4:35:07 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA2860 11 CONS LGC JB ANDREWS MD 20762-7001 USA
 
ZIP Code
20762-7001
 
Solicitation Number
JB_ANDREWS_MACC
 
Response Due
6/30/2020 11:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
Sara M. Marron, Phone: 2406125655, Anita Brown, Phone: 2406125673
 
E-Mail Address
sara.m.marron.civ@mail.mil, anita.brown4.ctr@mail.mil
(sara.m.marron.civ@mail.mil, anita.brown4.ctr@mail.mil)
 
Description
On 09 May 2020 date, the 11th Contracting Squadron, JB Andrews, Maryland posted a sources sought synopsis seeking capability statements from 8(a), Woman Owned Small Business (WOSB), or 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).� We received a total of 48 capability statements from this original posting.� We are now in the process of narrowing down our acquisition strategy and require more information from the marketplace to do so. Therefore, we are requesting capability statements from all WOSB, HubZone and 8(a) firms who are interested in pursuing the MACC requirement.� If you fit in one of these categories, we encourage you to submit a capability statement so that we have all relevant information to make a sound acquisition strategy decision.� Based on market research to date, the government anticipates making multiple prime contractor awards in support of this acquisition. However, it is unknown at this time the number of contract awards that could result because it is unknown how many proposals received will satisfy all RFP requirements.�� If you have already responded with a capability statement, you do not need to respond again.� Also, please note, the 11th Contracting Squadron has changed its name to the 316th Contracting Squadron, JB Andrews, Maryland. The MACC Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contracts are for a broad range of maintenance, repair, and minor construction requirements affecting real property at JB Andrews, Maryland and JB Anacostia-Bolling, Washington, DC. If you have previously responded to this announcement by submitting a capability statement there is no need to submit a second time.� 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, JB Andrews, and JB Anacostia-Bolling specific requirements including, but not limited to, drawings, specifications, design analysis that is representative of various design efforts (as identified within each Task Order). PERFORMANCE LOCATION:� JB Andrews, Maryland and JB Anacostia-Bolling, Washington, DC. PERIOD OF PERFORMANCE (PoP):� The period of performance is expected to be one (1) twelve (12) month base contract period, with 6 (six) twelve (12) month option periods. ESTIMATED CONTRACT VALUE:� The estimated ceiling value for this requirement is $100M per year, for a total of $700M over seven years. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE:� 236220 SIZE STANDARD:� $39.5M.� In accordance with FAR 52.204-7, contractors must be registered in the System for Award Management (SAM) database.� There is no cost to use SAM, please go to https://www.sam.gov for more information.� Prime contractors who intend to submit a proposal for this solicitation must be US-owned entities.� Contractors shall be registered in SAM prior to any contract award. RESPONSES REQUESTED FROM INTERESTED CONCERNS: Interested offerors should indicate their interest to the points of contact (POCs) in writing, as early as possible, but no later than 30 June 2020, 2:00 PM ET, with the minimum information: 1.��� Indicate which set-aside you qualify for under NAICS code 236220, Size Standard $39.5M 2.�� A positive statement of your intention to submit an offer/bid if the solicitation is issued. 3.� DUNS number or CAGE code. 4.�� Indicate if you plan to joint venture or a teaming arrangement. 5.�� Bonding capacity to include single and aggregate amounts. 6.�� Evidence of recent experience (past 5 years) of work similar in type and scope as a Prime Contractor is not required, however, providing this information would assist with the Government�s research efforts. 7.�� Capability Statement (information requested above can be presented in the Capability Statement) The information requested by this sources sought will be used within the Air Force to facilitate decision-making and will not be disclosed outside the agency.� Please provide responses via email to the POCs, Ms. Sara Marron at sara.marron@us.af.mil and Ms. Anita Brown at anita.brown.ctr@us.af.mil, NLT 30 June 2020, 2:00 PM ET. This sources sought request is for the purpose of conducting market research to provide data for planning purposes. This sources sought 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
SAM.gov Permalink
(https://beta.sam.gov/opp/34fa96b8012d45afab9d9149d053413e/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN05693342-F 20200618/200616230211 (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.