Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA860119RA043
Reference: FA8601-19-R-A043 This Pre-Solicitation Notice is for a contract action pursuant to FAR 5.204. IAW AFFARS 5305.204 foreign participation is not permitted. Interested firms are invited to sub...
Reference: FA8601-19-R-A043 This Pre-Solicitation Notice is for a contract action pursuant to FAR 5.204. IAW AFFARS 5305.204 foreign participation is not permitted. Interested firms are invited to submit comments and/or questions on the following draft attached documents: 1. Attachment 01, Section L 2. Attachment 02, Section M 3. Attachment 03, Statement of Work (SOW) 4. Attachment 04, ITO paragraph 4.2.3.2, Experience Overview Sheet 5. Attachment 05, ITO paragraph 4.2.3.2, Experience Information Sheet 6. Attachment 06, ITO paragraph 4.2.3.4, Bonding Information Request (TBD -- Not Included) 7. Attachment 07, ITO paragraph 6.1, MACC Pricing Worksheet 8. Attachment 08, Seed Project (TBD -- Not Included) a. Attachment 08a, Statement of Work (SOW) for Seed Project b. Attachment 08b, AF 3052, Construction Estimate Breakdown for Seed Project 9. Attachment 09, Task Order Procedures (TBD -- Not Included) 10. Attachment 10, Q&A Log 11. Attachment 11, Section L and M Cross Reference Matrix The formal solicitation will be announced at a later date. This Pre-Solicitation Notice will be for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Design-Build (DB) and Design-Bid-Build Construction Services at Wright-Patterson AFB, Ohio. The proposed contract will be a competitive firm-fixed-price contract procured in accordance with Federal Acquisition Regulation FAR part 15 Contracting by Negotiation. It is contemplated that the Government will evaluate interested Offerors using Lowest Price Technically Acceptable procedures. The North American Industry Classification Standard (NAICS) is 236220. The MACC is an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for design-build and designbid-build construction projects, which are specific to WPAFB, and applicable to individual task orders. Work will consist of a broad range of maintenance, repair, alteration and/or new construction work on various real property. Type of work the contractor can expect (not inclusive): new construction of buildings and structures; alteration and repair of buildings, structures, roads, airfields, ground, roofs; specialty construction; utilities; and miscellaneous services including remediation/hazardous waste removal (i.e. asbestos, lead paint etc.). Contractor efforts may also include design/build from concept to 100% design. The Air Force intends to award up to twelve (12) contracts on this effort. Contractors selected for award will form the pool of contractors eligible to compete for individual Task Orders. Each Task Order will be evaluated based on the terms and conditions of the corresponding solicitation. The contractor shall provide all material, equipment, labor and general conditions to accomplish the work required for each individual Task Order. PERIOD OF PERFORMANCE: Five (5) One-Year Ordering Periods, potential up to 6 month Extension of Services MACC MININUM/MAXIMUM: The minimum guaranteed amount for the life of each awarded contract is $2,500 that is payable following attendance at a mandatory MACC Pre-Construction Conference. The total aggregate maximum contract value for all awarded contracts combined is estimated at $247,000,000. ESTIMATED MINIMUM TASK ORDER: $1,000,000.00 ESTIMATED MAXIMUM TASK ORDER: $10,000.000.00 The solicitation will be issued via Federal Business Opportunities at https://www.fbo.gov/. No paper copies of the solicitation, specifications, or plans will be issued from this office. Requests for the RFP by any other means will not be accepted. Prospective contractors must be registered in the System for Award Management (www.sam.gov) in order to be eligible for award. There will be no preannouncement of when the solicitation will be available; however, the issuance date for this solicitation is anticipated to be on or about Friday, 30 August 2019. Acknowledgment of receipt of comments and questions will not be made. This synopsis is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. However, the Air Force reserves the right to contact one or more of the respondents if additional information is required. Responses of the Government to potential contractor's comments and questions to draft attachments to this notice will be published on the Government Point of Entry: www.fbo.gov . The information obtained as a result of this announcement may be reflected in the subsequent solicitation. This announcement is Government market survey and may result in revisions of its acquisition strategy based on industry responses. Offerors are responsible for monitoring this website for changes to this notice and the formal solicitation announcement. Any comments and/or questions regarding the draft attached documents must be submitted in writing through email to MSgt. Chad Reinard at chad.reinard@us.af.mil and Mr. Michael Benincasa at Michael.Benincasa@us.af.mil by close of business Tuesday, 27 August 2019 at 4:00 PM (Eastern Time). Contracting Office Address: 1940 Allbrook Drive, Bldg 1, Room 111 Wright-Patterson AFB, Ohio 45433 Place of Performance: Task orders under these contracts will be primarily located at Wright-Patterson AFB, OH.