The RFP Database
New business relationships start here

MACC Dyess AFB Sources Sought


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought Synopsis For


Dyess AFB Multiple Award Construction Contract


(MACC)


The 7th Contracting Squadron, Dyess AFB, TX 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) for the purposes of determining the appropriate level of competition for a Multiple Award Construction Contract (MACC).


Please note that this Sources Sought does not in any way obligate the Government to award a subsequent Contract. This Sources Sought is for market research and planning purposes to determine if responsible sources exist and to assist in determining if this effort can be competitive.


The MACC is an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for design-build construction projects that shall be awarded via individual Task Orders. Anticipated work performed under the MACC IDIQ Contract will be complex in nature, require multiple trades, and may require detailed engineering design required to be performed by registered / licensed Engineers and Architects. Task Orders will provide a vehicle for execution of a broad range of maintenance, repair, and construction performed under a design-build or build process. In-house design capability or ready access to design capability is a must for projects including alteration and repair to existing infrastructure. Orders issued under the MACC IDIQ will be competed to the anticipated Firm-Fixed Price IDIQ awardees. Individual Task Order evaluations factors will be on a Task Order by Task Order basis and will be identified on the Task Order Request for Proposal. The value of individual Task Orders is typically from $500K - $5M. However, there is a potential that Task Orders may be more or less than this range. The MACC IDIQ is anticipated to have a not to exceed (NTE) ceiling value of $85,000,000 over a five year ordering period.


PERFORMANCE LOCATION: Dyess AFB, Texas


BONDING: Prime Contractors shall be capable of securing bonding up to the amount of the task order (Bid, Payment, Performance, etc...).


PERIOD OF PERFORMANCE (POP): The period of performance is expected to be one (1) twelve (12) month base contract period, with four (4) twelve (12) month option periods and a possible six (6) month extension of services period.


NAICS CODE: 236220
SIZE STANDARD: $36.5M


In accordance with FAR 52.204-99, contractors must be registered in the System for Award Management (SAM) database via www.sam.gov.


1. Company Information - Name, Business Address, Point of Contact, Telephone Number, E-mail Address, Business Size in relation to the NAICS code size standard assigned to this acquisition, Number of Employees, Number of Years in Business etc., and a positive statement of your intention to submit a proposal for this solicitation as a prime contractor.


2. Socio-economic Status (e.g., Small Business, HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB)), and any associated documentation of such status, certification or approvals.


3. Provide your bonding capacity per contract and aggregate.


4. Demonstrate the ability to execute multiple Task Orders concurrently in a wide variety of design and construction efforts as earlier stated in this document. Identify specialty construction trades as well as experience in delivering design-build projects. These Task Orders may include the following types of work: carpentry, road repair, roofing, excavation, interior (to include remodeling and interior modifications), electrical work, plumbing, sheet metal, painting, demolition, concrete masonry, welding, mechanical, and other general construction work. This list is not all inclusive of work that could be performed on a potential contract.


5. Demonstrate in-house Architect and Engineering (Up to 100%) design capability or ready access to design capability for projects including alteration and repair to existing infrastructure, to include a wide variety of individual or multiple construction projects, from an on-the-shelf design or a design provided by in-house designers (including design/build ranging from concept up to 100% level of effort).


Please include your DUNS Number or CAGE Code on your response. All of the above must be submitted in sufficient detail for a decision to be made on the availability of small business concerns.


Prime contractors, must be US-owned entities, who intend to submit a package for this Sources Sought. Contractors are highly encouraged to submit a package containing the contents outlined in the below paragraphs by 1400 CST on 28 February 2019 to TSgt Troy McCullough at troy.mccullough@us.af.mil and SrA Lydia Simpkins at lydia.simpkins@us.af.mil.


 


Troy McCullough, Contract Administrator, Phone 3256967874, Email troy.mccullough@us.af.mil - Lydia K. Simpkins, Contract Specialist, Phone 3256961456, Email lydia.simpkins@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP