Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOURCES SOUGHT

99 -- FY22 McConnell AFB Multiple Award Construction

Notice Date
5/5/2021 6:21:52 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA4621 22 CONS PK MCCONNELL AFB KS 67221-3702 USA
 
ZIP Code
67221-3702
 
Solicitation Number
FA462122MACC
 
Response Due
5/20/2021 2:00:00 PM
 
Archive Date
06/04/2021
 
Point of Contact
Christina K. Muth, Phone: 3167594526, Derek L. Owen, Phone: 3167594513
 
E-Mail Address
christina.muth.1@us.af.mil, derek.owen.1@us.af.mil
(christina.muth.1@us.af.mil, derek.owen.1@us.af.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The 22nd Contracting Squadron (22 CONS) is publicizing this SOURCES SOUGHT NOTICE in order to gather industry information and input with respect to a potential Multiple Award Construction Contract (MACC) at McConnell AFB, KS. A MACC is an Indefinite-Delivery/Indefinite Quantity contract that is awarded to multiple firms. Task orders for individual construction projects are then competed amongst the pool of vendors. Anticipated task orders shall be firm fixed price with a magnitude up to $5,000,000.00. The total contract value for this contract is not to exceed $75,000,000.00 over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. The work consists of a wide variety of construction tasks, including design-build; renovation; additions/upgrades; new construction integrating multiple construction trades and disciplines; and repair/replacement of roadways, airfield taxiways and runways. In-house design capability or ready access to design capability is essential for projects under this MACC; the successful awardees shall be capable of providing full-project design from concept or a performance-oriented statement of work. �For the purpose of this Request for Information (RFI), the anticipated North American Industrial Classification System (NAICS) code is 236220 / Commercial and Institutional Building Construction, with a size standard of $39,500,000. No solicitation is being issued at this time. This is not a Request for Proposal (RFP), or Invitation for Bid (IFB), and shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract.� 22 CONS 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). Depending upon the response to this notice and other market research, 22 CONS may limit the competition to a specific category of small business at the exclusion of all other potential business concerns. If adequate responses are not received from the previously mentioned concerns, the acquisition may be solicited on an unrestricted basis. We request 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. We request interested firms respond to this notice and provide 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. Summarize how your company is capable and qualified to handle this type of work. � 4. Summarize projects that show your capabilities and past performance. The list of relevant projects should include names of project team members and firm, customer or agency and their points of contact (Contracting Officer and Quality Assurance Evaluator/Inspector) with titles, emails and phone numbers, project scope, project value and type of contract. � 5. Bonding: provide your bonding capacity per contract and aggregate. � Please limit submission of your information capability statement and data to ten (10) pages. �The information capability statement and data noted above must be submitted in written format via e-mail to the following addresses: christina.muth.1@us.af.mil and derek.owen.1@us.af.mil not later than 4:00 PM (CST) on 20 May 2021. 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 and is an advance notice for information and acquisition strategy planning purposes only. This Sources Sought notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation exists or is currently available. Any future solicitation package will be made available on the Beta SAM website https://beta.sam.gov.� Interested parties are solely responsible for monitoring the Beta SAM website for the release of a solicitation package and/or any updates/amendments. In order to receive award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management (SAM). The SAM website is https://sam.gov. �The successful offeror must also have active certifications within the SAM system.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5071c9ae677a4ceebafcb9ee3e3408e5/view)
 
Place of Performance
Address: McConnell AFB, KS 67221, USA
Zip Code: 67221
Country: USA
 
Record
SN05993144-F 20210507/210505230120 (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.