Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOLICITATION NOTICE

Z -- Northwest Florida Air Force (NWF-AF) Multiple Award Construction Contract (MACC)

Notice Date
5/13/2022 2:48:46 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-22-R-0004
 
Response Due
6/3/2022 12:00:00 PM
 
Archive Date
06/18/2022
 
Point of Contact
Elona N. Jarrell, Melissa A. Hoover
 
E-Mail Address
elona.jarrell.1@us.af.mil, melissa.hoover.1@us.af.mil
(elona.jarrell.1@us.af.mil, melissa.hoover.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Eglin Air Force Base (AFB), FL has a requirement for The Multiple Award Construction Contract (MACC) which is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that Supplements 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. Task Orders awarded under this MACC may be for Construction Projects at Eglin AFB, Tyndall AFB, or Hurlburt Field. Requirements under this MACC are 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 design (A/E), 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, asbestos abatement/removal, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. All construction/design shall be in compliance with the appropriate Architectural Compatibility Standards, the Installation Design Guide, Installation Facilities Standards and any other applicable guide or standard identified at the task order level. This acquisition is a Total Small Business Set Aside. Proposals may only be submitted by Small Business firms, registered in the North American Industrial Classification System Code (NAICS) of 236220 with a size standard of $39.5M. This competitive acquisition will utilize the Tradeoff Source Selection Procedures in accordance with FAR 15.101-1 and 15.3 as supplemented by the DoD Source Selection Procedures referenced in DFARS 215.3 and the AFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a Best Value Award Decision. The Government intends to select approximately fifteen (15) contractors representing the best value to the Government and that meet the terms and conditions of the Request for Proposal (RFP). The exact number of awards will be determined by the Source Selection Authority (SSA) during the evaluation of proposals and will be based primarily on the number of Offerors who successfully meet the requirements of the solicitation and the number of contracts that the Government deems can effectively be managed given Government resources. The Government anticipates establishing an active pool of approximately ten (10) MACC contract holders, who will compete for future requirements via individual task orders.� Additionally, the Government anticipates establishing an inactive pool of approximately five (5) contractors who will be eligible for consideration of a future MACC contract in the event the Government determines it is in its best interest to On Ramp additional MACC contractors. Nonperforming MACC contractors may be Off Ramped. The Government reserves the right to award more than 10 active or establish a pool of more than five (5) inactive contractors. The MACC will have a five (5) year ordering period and the magnitude of Task Orders will be between $500,000 and $9,500,000. The total anticipated cost for the life of this MACC is $500,000,000. The minimum bonding requirement will be $10,000,000 (single)/$20,000,000 (aggregate) to be considered for award. 19 April 2022 - Deadline to RSVP for Site Visit is noon Friday 22 April 2022.� Limit your party to five people.� ONLY those who RSVP will receive a site visit package.� �*NOTE - the bid project described in the Solicitation is an actual project to be awarded as TO 002 pending availability of funds. 22 April 2022 - Solicitation Amendment 0001.� The due date for questions regarding this solicitation as stated in Attachment L, Section 1.9 has been extended from Fourteen Calendar Days after Solicitation (which would be 27 April 2022) to 4 May 2022, to allow contractors additional time to formulate questions. Attachment L9 Supplemental Information for Construct New Munitions Test Facility at Test Site C-80A Near Bldg�9460 Eglin AFB, FL, dated 21 Apr 2022 has been added to the attachments. 27 April 2022�- RFIs are being complied and answered as information becomes available. The first Q&A is posted today, see RFI RESPONSE 27 APRIL 2022. Additional questions will be answered after the deadline. Questions are due 4 May 2022 NLT 11:59 pm CENTRAL TIME. Drawings for the exisiting facility will be made available with a future update. 27 April 2022 (#2) - The site visit sign in sheet has been uploaded. The names that were redacted, were either no shows or did not mark ""Yes"" for thier infromation to be released. Three (3) drawing documents have been uploaded.�PLEASE NOTE THESE ARE THE EXISTING BUILDING DRAWINGS THAT WOULD BE FOUND AT THE EGLIN CE OFFICE. THESE DRAWINGS ARE NOT FOR THE WORK ON THE TASK ORDER. THESE ARE AS BUILTS FOR THE EXSITING BUILDING ONLY. 10 May 2022 -�The RFP Due Date has been changed to 03 June 2022 NLT 2:00 pm CENTRAL time.. The Government is answering questions and updating the SOW. The final Due Date will be extended if necessary based on when the Q&A and Revised SOW is released. 13 May 2022 - Formal release of Amendment 002.� Extend Proposal Due Date to 3 June 2022 at 2:00 PM Central Time. Provide Q&A Response document dated 13 May 2022. Provide New Attachment L10, Revised Statement of Work for B9460 *Note - Attachment L10 supersedes the SOW in former Attachment L8 and Attachment L9 in entirety. Provide Revised Attachment L1 50-Div DCE, dated 12 May 2022. Provide Revised Attachment 4 - Section L and Revised Attachment 5 Section M, both dated 13 May 2022. Opening additional RFI period through 20 May 2022 NLT 2:00 PM Central Time to accommodate questions on the Revised SOW, Attachment L10.� Questions must be submitted on MACC RFI Form (attached).� Please email this form in native excel to Melissa Hoover melissa.hoover.1@us.af.mil and Elona Jarrell at elona.jarrell.1@us.af.mil Confirm Buy American Requirement FAR 52.225-9 Buy American-Construction Materials will not be waived.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/63a7950cd9aa411f831375b60b2ca20d/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN06326800-F 20220515/220513230059 (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  © 1994-2020, Loren Data Corp.