Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

Y -- Y--WHS Multiple Award Construction Contract II (MACC II)

Notice Date
7/16/2020 1:03:30 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
HQ003420R0052
 
Response Due
8/17/2020 12:00:00 PM
 
Archive Date
09/15/2020
 
Point of Contact
JUAN C. GOMEZ, Phone: (571) 372-2358, KYLE R. BLAKE, Phone: (703) 545-1037
 
E-Mail Address
juan.c.gomez2.civ@mail.mil, kyle.r.blake5.civ@mail.mil
(juan.c.gomez2.civ@mail.mil, kyle.r.blake5.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS PRESOLICITATION SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS The work to be acquired under this indefinite delivery/indefinite quantity (IDIQ) contract is for design-build (DB) and design-bid-build (DBB) construction of government facilities at various locations within Washington Headquarters Services� (WHS) area of responsibility, including but not limited to, the District of Columbia, Maryland, Virginia, and Adams County, Pennsylvania.� Types of projects may include, but are not limited to: Renovation within commercial and industrial buildings Sustainment, restoration, and modernization of existing facilities and infrastructures Design and installation of furniture, fixtures and equipment Installation of energy management controls as necessary to provide turn-key construction solutions Renovation and/or installation of mechanical, electrical, and plumbing systems Exterior work, to include concrete and limestone installation or repair, and asphalt paving The proposed solicitation number is HQ003420R0052.� The anticipated solicitation release date is on our about 19 August 2020.� The contract award date is estimated to be in or about February 2021.� All responsible small business sources with an active registration in the System for Award Management (SAM) that have an active SECRET facility clearance and at least $15 million per contract bonding capacity may submit a proposal for consideration.� The IDIQ ceiling is estimated at $150 million per contract with up to a 10 year ordering period, comprised of a 3-year base period, three 2-year options, and a final 1-year option. We expect to make approximately 5 or 6 awards. The minimum guarantee for each IDIQ contract is anticipated as $10,000.00. We anticipate many fair opportunity task orders valued between $500,000.00 and $15 million during the ordering period. Some task orders may be valued up to $20 million. The IDIQ will have on- and off-ramps to remove and replace any MACC II award holder that does not perform in a consistently satisfactory manner or must be off-ramped for any other reason.� In order to be eligible for award: Contractors must be responsible Contractors must be a small business under NAICS 236220�Commercial and Institutional Building Construction Contractors have a current/active DoD Facility Security Clearance at the� SECRET level or greater at the time of proposal submission WHS/AD will NOT sponsor contractors to meet the facility clearance requirement. Contractors must have a current SECRET facility clearance and the capability to provide and maintain contractor personnel up to and including a�SECRET clearance as necessary Contractors must have access to a minimum $15 million per contract bonding capacity at the time of proposal submission Contractors must have access to a minimum of $30 million total bonding capacity at the time of proposal submission THE INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IS NOT BINDING. WHS/AD has not made a commitment to procure any of the services discussed and this notice should not be construed as a commitment or as authorization to incur cost from which reimbursement would be required or sought. Emails or telephone calls about this presolicitation synopsis will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eb3cb9f0df814d7e9c5a58344621dcbf/view)
 
Place of Performance
Address: Arlington, VA 22202-3700, USA
Zip Code: 22202-3700
Country: USA
 
Record
SN05723507-F 20200718/200716230159 (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.