Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2025 SAM #8473
SOLICITATION NOTICE

Z -- FY25 Multiple Award Construction Contract (MACC)

Notice Date
2/5/2025 12:42:43 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
92 CONS CONTRACTING SQ FAIRCHILD AFB WA 99011-9403 USA
 
ZIP Code
99011-9403
 
Solicitation Number
FA462025R0001
 
Response Due
2/21/2025 5:00:00 PM
 
Archive Date
03/08/2025
 
Point of Contact
Tuyen Nguyen, Phone: 5092472072, Richard Hedrick, Phone: 5092474867
 
E-Mail Address
tuyen.nguyen.2@us.af.mil, richard.hedrick.2@us.af.mil
(tuyen.nguyen.2@us.af.mil, richard.hedrick.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
General Information Document Type: Pre-Solicitation Synopsis Solicitation Number: FA462025R0001 Classification Code: Z � Repair or Alteration of Miscellaneous Buildings NAICS Code: 236220 -- Commercial and Institutional Building Construction Contracting Office Address Department of the Air Force, Air Mobility Command, 92d Contracting Squadron, 110 W Ent St, Fairchild AFB, Washington 99011-8568 Description Description of Work: This is a Pre-Solicitation synopsis for a Multiple Award Construction Contract (MACC) at Fairchild AFB WA in accordance with FAR Part 5.204. This acquisition will provide indefinite delivery-indefinite quantity (IDIQ) and design-build (D-B) construction efforts at Fairchild AFB, Washington. The MACC will consist of multiple disciplines in general construction categories and execute a broad range of maintenance, repair, minor and/or new construction. The contractor shall provide all materials, equipment, labor, and general conditions to accomplish design, maintenance, 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 maintenance projects. The construction work includes tasks in various trades such as carpentry, asbestos abatement/removal, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Locations of work will be at Fairchild AFB WA and other associated sites outside the base proper. Work to be performed under the MACC will be within the North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction size standard $45.0M. Each contract awarded will contain one (1) ordering period for seven (7) years. Subsequent task orders will identify specific requirements for each project. Individual task orders will typically range from $1,000,000.00 to $5,000,000.00. The program value to include all five (5) contracts and subsequent task orders is Not-to-Exceed $95M over a seven (7) year ordering period. This acquisition will be a Small Business Set-Aside. A pre-proposal conference/site visit will be held per in accordance with Block 10 of FY25 MACC Solicitation, Section L, FAR 52.236-27 as stated in the solicitation, to include a site visit for the seed project. All prospective offerors are highly encouraged to attend this conference. Offerors are encouraged to submit all questions and requests for clarifications no less than seven (7) days prior to the RFP closing date in accordance to Block 10 of FY25 MACC Solicitation. The decision whether to respond to questions and requests for clarification made less than seven (7) days prior to the RFP closing shall be at the sole discretion of the contracting officer. Evaluation: Each offeror's proposal will be evaluated in strict accordance Section M of the FY25 MACC Solicitation for Request for Proposal (RFP). The basis for award is to be subjective trade-off without technical factors. Past Performance will be considered approximately equal in importance to Price. The RFP will include a seed project. The seed project is a 65% stamped design-build project and will be used for price evaluation purposes only. The magnitude of the seed project is between $1,000,000 and $5,000,000. The offeror's proposal must convey to the government that the offeror possesses sufficient past performance experience for relevant construction projects exceeding $1 million. Also, all offerors shall indicate at minimum bonding capability of $5M single award and $35M annual aggregate. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if the Contracting Officer deems discussions are in the Government�s best interest. If the lowest priced offer is determined to have a �Substantial Confidence� performance rating and is determined to be responsible, then the lowest priced offer represents the best value for the government and will be awarded the Seed Project subject to the availability of funds. A MACC contract award shall be made to that offeror. The government reserves the right to award a basic contract to other than the lowest priced offeror. In that event the award will not be made to the lowest priced offeror, the Source Selection Authority (SSA) shall make an integrated assessment best value award decision, considering price and past performance for award of the basic contract, and the seed project, contingent on availability of funds. The integrated assessment will be a subjective tradeoff with Past Performance approximately equal in importance to Price. Additional MACC awards will be determined by the same criteria used to determine award of the seed project. If the next lowest priced offer is determined to have a �Substantial Confidence� performance rating and is determined to be responsible, a subsequent MACC award will be made. This process will continue until a total of up to five (5) MACC contracts are awarded or until a proposal is determined to have a performance rating of �Satisfactory Confidence� or lower. At that time, the SSA will perform an integrated assessment best value decision based on the final rankings of the highest rated proposals from the SSA�s integrated assessment. Award: The Government anticipates awarding up to five (5) Firm-Fixed Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contracts. In addition, all contractors receiving an award will receive a $500.00 task order for the MACC Orientation-Partnership Seminar to satisfy the contract minimum requirement. The Contractor�s participation in this seminar, held at Fairchild AFB is mandatory. Future individual task order requirements will be competed among the awardees in accordance with the solicitation and contract provisions. In the event this RFP results in only one award, the awardee shall proceed to construct the project described in this RFP, as the seed project as required by the terms of the resulting contract subject to the availability of funds. The Government reserves the right to cancel this RFP either before or after the closing date. The RFP will be posted on the System for Award Management (SAM) at http://www.sam.gov on or about 3 March 2025 and close on or about 3 April 2025. The anticipated award date no later than 18 July 2025. This is an all-electronic solicitation release. Hard copies are not available. The Government will post amendments to the solicitation to the Electronic Posting System (EPS) at http://sam.gov/. It is the responsibility of each offeror to review the web page for notice of amendments, updates or changes to current information. Prospective contractors must be registered in the System for Award Management (SAM) database before award of a government contract. Failure to register in the SAM database may cause your firm to be ineligible for award. Point of Contacts Mr. Tuyen Nguyen, Administering Contracting Officer Phone: 509-247-2072 Email: tuyen.nguyen.2@us.af.mil Mr. Richard A. Hedrick, Procuring Contracting Officer Phone: 509-247-4867 Email: richard.hedrick.2@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f73079efb0e43f39bffa04a123e3c62/view)
 
Place of Performance
Address: Fairchild AFB, WA 99011, USA
Zip Code: 99011
Country: USA
 
Record
SN07333409-F 20250207/250205230033 (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.