Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA480022MACC
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAIABLE AT THIS TIME. THE GOVERNMENT IS NOT OBLIGATED TO AND WI...
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAIABLE AT THIS TIME. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS SOURCES SOUGHT. The 633d Contracting Squadron, JBLE - Langley Air Force Base (AFB), Virginia is seeking the interest of potential and eligible contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). This is a Sources Sought announcement; a market survey for written information only. This market survey is being conducted to identify potential sources interested in providing work, which includes all materials, labor, tools, equipment, transportation, supervision, management and other services (including engineering/technical design support) necessary to accomplish non-complex minor construction, maintenance, repair and renovation work on real property with minimum design requirements for Joint Base Langley-Eustis, VA and Seymour Johnson AFB, NC. The 633d Contracting Squadron is seeking those firms with a demonstrated history of relevant construction experience where the primary focus is on IDIQ-type contracts with simultaneous performance of multiple projects at differing locations similar to the task order value that will be executed under this contract. Every task order will be competed. Task orders will be firm-fixed price with an estimated targeting award range of $500K to $18M. The estimated magnitude of the entire contract is $200M. The expected North American Industry Classification System (NAICS) code for this procurement is 236220 – Commercial and Institutional Building construction. The Small Business Administration (SBA) size standard for this NAIC code is $39,500,000. The description of work will be identified in each individual task order. The number of awards the Government will award is still under consideration, however at this point the Government anticipates awarding six (6) contracts. Each contract awarded will contain a five (5) year contract. Performance and payment bonds will be required per individual delivery order in accordance with Federal Acquisition Regulation Part 28. Firms responding to this sources sought notice must: State the company name, list a point of contact and their phone number State if the company is a small business based on the size standard listed above, include a Unique Entity ID, or cage code, and list any applicable socioeconomic categories such as 8(a) or service disabled veteran owned small business. Provide up to four (4) past performance in the form of an outline stating the total value of the contract, place of performance, period of performance, and what type of contract vehicle the contract was awarded (example sole source, IDIQ or Competitive award) Potential offerors should limit their response to two (2) pages (single or double spaced, 10 pt. font). All information included in offeror responses should be specific to this sources sought synopsis. We do not intend this to be burdensome, but would like a snapshot of your company and its capabilities related to this sources sought. Responses to this Sources Sought announcement are due no later than (NLT) 2:00pm, 6 May 2022. Late responses will not be accepted. All questions regarding this notice can be address to Ms. Delores Powell by email to delores.powell@us.af.mil .