The RFP Database
New business relationships start here

Multiple Award Construction Contract (MACC)


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

 

Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) administered at the 28th Contracting Squadron, Ellsworth AFB, South Dakota.


This is a Sources Sought notice. The Government is seeking to gather market research for qualified contractors for the upcoming IDIQ MACC; issued using North American Industry Classification System (NAICS) 237990 (Other Heavy and Civil Engineering Construction). The Government intends to award a 10 year (5 year base with 5 one-year options), $95M IDIQ contract. The small business size standard is $39.5 Million. This Sources Sought is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.


1. Contract Information


The U.S. Air Force, 28th Contracting Squadron, Ellsworth AFB, South Dakota, is seeking capability statements from companies who possess the interest and capability for the upcoming Ellsworth AFB MACC and to execute the requirements outlined below:


All work shall be in accordance with the statement of work and drawings provided for the seed project and all subsequent task orders. Work will consist of furnishing all necessary material, equipment, labor and general conditions to accomplish the following:


a) Management, superintendence and execution of general construction, maintenance, repair and alteration projects of varying scope, complexity and price, at Ellsworth Air Force Base. Projects issued against the subject contract may be of a single or multi-discipline nature and may be design/build or construction only.


b) The work shall be executed in the best and most workmanlike manner by qualified, careful, and efficient engineers, mechanics, and technicians skilled in the respective trades, which include (but are not limited to): electrical, mechanical, painting, engineering/design, paving, flooring, roofing, structural repair, fencing, HVAC, and fire suppression/protection system installation. All work shall be accomplished in strict adherence to the contract documents and industry or regulatory standards.


c) Performance and payment bonds will be required per individual task order in accordance with Federal Acquisition Regulation Part 28. Task orders may range from $2,000.00 to $5,000,000.00, accommodate pre-design or design-build efforts, and shall be competed among all selected contractors. Contract award minimum guarantee will $2,000.00 per award over the life of each contract awarded.


2. Submission Requirements


Ellsworth Air Force Base is seeking a response from interested firms that qualify as a U.S. Small Business, in the SBA Certified 8(a) Program, SBA Certified HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), or Woman Owned Small Business (WOSB) in an attempt to facilitate decision making of potential sources for a possible procurement. The Government is seeking to identify qualified sources either singularly or as part of an assembled team. Interested companies should submit a document describing relevant demonstrated experience and qualifications via email to steven.lynn.2@us.af.mil and roger.morris.7@us.af.mil no later than 31 December 2019 in the following format: Submissions should not exceed ten - 8.5 inches x 11 inches pages (five pages if printed two-sided). The submission should address all questions in the questionnaire below and your ability to perform the work, obtain the necessary financing, etc., as stated in the contract information section of this Sources Sought.


Questions concerning submissions should be directed to Steve Lynn, Contract Administrator at steven.lynn.2@us.af.mil or Mr. Roger Morris, Contracting Officer at roger.morris.7@us.af.mil. Personal visits for the purpose of discussing this announcement will not be scheduled.


CAPABILITIES QUESTIONNAIRE


SECTION 1: GENERAL


1. Business Name: (Insert Business Name)


2. Business Address: (Insert Business Address)


3. Cage Code:


4. Responsible Point of Contact:


5. Check All That Apply: Our firm is a ( ) Certified 8(a) Business, ( ) Service-disabled veteran-owned small business, ( ) HUBZone small business, ( ) Woman Owned small business, ( ) Small Business,


SECTION 2: CONTRACTOR ARRANGEMENT


1. Our firm will be proposing on this project as a:


( ) Sole Contractor


( ) Prime Contractor (if small business) performing at least 50% of the work with subcontractor(s),


( ) Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or


( ) Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).)


SECTION 3: CAPABILITY


1. Representation of ability to execute a broad range of maintenance, repair, and construction of real property (which include, but are not limited to): carpentry, excavation, interior renovation, exterior renovation, electrical, plumbing, painting, paving, roofing, demolition, masonry, hazardous material survey/abatement, and HVAC) from an on-the-shelf design, or a design provided in-house or through subcontract designers (including design/build ranging from concept to full 100% design). Identify specialty construction trades performed by prime company employees, if any, as well as experience in delivering multi-trade design/build projects.


a. Contract Agency with Reference Point of Contact:


b. Contract Number:


c. Task Order Number (if applicable):


d. Role: Prime or Subcontractor (If your performance was through subcontract or joint partnership, indicate the percentage of work for each partner for each element of service provided.)


e. Award Amount: $


f. Contract Price Structure (Fixed Priced, Cost Reimbursable, Time & Materials, Hybrid (explain)):


g. Project Name:


h. Location of Project:


i. Description/Scope of Project:


2. If awarded a contract, our company has the resources and is capable of performing simultaneously under an indefinite Delivery/Indefinite Quantity Contract (please select one)


( ) 1 order


( ) 2-5 orders


( ) 6-10 orders


( ) 11-15 orders


( ) 16-20 orders


( ) 21-30 orders


( ) 30+ orders


Please also state the average number of projects that your company is working at one time, as it relates to the MACC scope in Question 1.


3. Does your company have experience in providing and maintaining an effective quality control program? Provide examples.


4. Does your company have experience in providing and maintaining an effective safety program? Provide examples.


Steve M. Lynn, Contract Administrator, Phone 6053851730, Email steven.lynn.2@us.af.mil - Roger Morris, Contracting Officer, Phone 605-385-1712, Email roger.morris.7@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP