SOURCES SOUGHT
99 -- Multiple Award Construction Contract (MACC) - Andersen AFB
- Notice Date
- 3/23/2022 5:52:14 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA5240 36 CONS LGC APO AP 96543-4040 USA
- ZIP Code
- 96543-4040
- Solicitation Number
- MACC36CONS
- Response Due
- 4/25/2022 12:00:00 AM
- Point of Contact
- MSgt Dave White, Katrina J. Pangelinan
- E-Mail Address
-
david.white.40@us.af.mil, katrina.pangelinan@us.af.mil
(david.white.40@us.af.mil, katrina.pangelinan@us.af.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BIDS. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The 36th Contracting Squadron (36 CONS), Andersen AFB, Guam, is seeking capabilities from businesses classified as Small, 8(a), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining the appropriate level of competition for a Multiple Award Construction Contract (MACC). Depending upon the response to this notice and other market research, 36 CONS may limit the competition to a specific category of small business at the exclusion of all other potential business concerns. The anticipated NAICS code for a MACC is 236220, Commercial and Institutional Building Construction with a Small Business Size Standard of $39,500,000. In accordance with FAR 52.204-7, contractors must be registered in the System for Award Management (SAM) database at https://www.sam.gov/ in order to receive an award from any resultant solicitation, should one be issued. In addition, all certifications must be current. A MACC is an indefinite-delivery indefinite-quantity (IDIQ) contract that is awarded to multiple firms. Task orders for individual construction projects are then competed amongst the pool of vendors. The typical task order scope is estimated between $1,000,000.00 and $10,000,000.00. Individual MACC IDIQs ceilings of $50,000,000.00 or more are being considered, with an ordering period of up to five-years. Additional options to the ordering periods are also being considered. The specific ceiling, ordering period, and use of options may change.� � The� MACC� will� be� utilized� to� execute� a� broad� range� of� maintenance,� repair� and� minor� construction� projects� on� real property at Andersen AFB.�� Sites will be identified at the time of any task order bid.� 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, millwork, managing Munitions of Explosive Concern (MEC) clearance, and other� specialty and general contracting work. We are requesting that all interested and qualified firms respond to this sources sought notice with a capability statement similar to your marketing package used in the everyday course of doing business. Oral communications are NOT acceptable in response to this notice. Interested firms are highly encouraged to submit a package containing the following information: (1) Company Information (e.g. name, business address, point of contact, telephone number, e-mail address). Also include DUNS Number or CAGE Code; (2) Socio-economic Status (e.g., Small, 8(a), WOSB, VOSB, SDVOSB, HUBZone, and any associated documentation of such status, certification or approvals). Also include business size in relation to the NAICS code size standard assigned to this acquisition; (3) Summary of how your company is capable and qualified to handle this type of construction; (4) Summary of construction projects that show your company's capabilities and past performance which demonstrate the ability to execute multiple task orders concurrently in a wide variety of design and construction efforts. Also identify specialty construction trades as well as experience in delivering design-build projects. The list of relevant projects should include names of the firm(s) and project team members; customer or agency and their point(s) of contact (e.g., contracting officer, project manager, inspector, contracting officer's representative) with titles and phone numbers and e-mail addresses; project scope; project value; type of contract; percentage of work completed as the prime contractor; and trades involved in the project; (5) Bonding capability per contract and aggregate. (6) 36 CONS is researching best acquisition strategies for selecting firms for a MACC.� Any input regarding the following methods for selecting firms based on a SEED project with: (a) Sealed Bidding (Invitation for Bids) based on price and price-only factors (b) Source Selection with Price and Past Performance factors (c) Source Selection with Price and Technical factors (d) Source Selection with Price, Technical, and Past Performance factors ���� All of the above should be submitted in sufficient detail for a decision to be made on the availability of small business concerns. Please limit submission of your information capability statement and data to ten (10) pages. Send responses to: MSgt Dave White: david.white.40@us.af.mil Ms. Katrina Pangelinan: katrina.pangelinan@us.af.mil The information requested by this notice will be used within the DoD and SBA to facilitate decision making and will not be disclosed outside the agencies. This is a sources sought announcement only; no solicitation exists or is available at this time. Any information contained herein is subject to change; any updated information will be provided in future announcements and posted electronically on SAM. The Government shall not reimburse the costs of preparing responses to this sources sought notice. In addition, this announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In the event a solicitation is developed, it will be published on the SAM website. Potential interested parties are responsible for monitoring this site for the release of a solicitation package as well as downloading their own copy of the solicitation and amendments, as applicable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/67f0b3460192493f84b7184fee9bb1cf/view)
- Place of Performance
- Address: Yigo, GU 96929, USA
- Zip Code: 96929
- Country: USA
- Zip Code: 96929
- Record
- SN06277202-F 20220325/220324211510 (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 |