Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:HQ003419R0098
SOURCES SOUGHT SYNOPSIS ------------------------------------------ There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submissio...
SOURCES SOUGHT SYNOPSIS ------------------------------------------ There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. ------------------------------------------ Washington Headquarters Services is conducting market research among small business construction contractors capable of completing construction projects in the National Capital Region and Adams County, Pennsylvania over the next ten years. Some of our construction projects require a SECRET facility clearance and access to adequate cleared U.S. citizen or national personnel to execute the work. Almost all of our projects require safe and competent protection and management of controlled unclassified information. The North American Industry Classification System (NAICS) code assigned to this procurement is 236220 Commercial and Institutional Building Construction. The small business size standard is $36.5 million. The information obtained will help us finalize the method of procurement for our upcoming indefinite-delivery indefinite-quantity Multiple Award Construction Contract II (MACC II) competition. We intend to consider the results from this notice along with information obtained from the HQ003418R0118 MACC Industry Day event and other sources. We intend to use fair opportunity competition among MACC II awardees to obtain design-build and design-bid-build construction services during an initial two- or three-year base period with options to extend the MACC II contract ordering period for up to ten years. We anticipate a minimum guarantee of $10,000 and a contract ceiling value of up to $120 million per contract over a ten-year period. Multiple awards are planned. We believe between five and seven awards are necessary to ensure robust competition and meet program requirements. The total program value is estimated as $600 million over ten years. To ensure fair opportunity to all MACC II awardees, each firm must have an active SECRET facility clearance and adequate bonding capacity to support multiple construction projects and the entire range of project values. We anticipate most orders issued under the MACC II will be valued between $500k to $15 million. We are particularly interested in responses from small business construction contractors that have: • An active or interim SECRET facility clearance or higher recognized by the Department of Defense • At least $15 million single contract bonding capacity • At least $30 million aggregate bonding capacity We may contact you by telephone or email to clarify or confirm information; however, no feedback or evaluations will be provided on your submission. Submission Instructions Interested parties who consider themselves qualified to perform the above-listed services are invited to submit an electronic response to this Sources Sought Notice at https://whsefcd.limequery.org/529259 by 7 Aug 2019 at 11:59 PM EDT. One of the survey questions asks for your DUNS and/or CAGE code. Make sure you have at least one of the codes available before you start the survey. If you have any questions concerning this opportunity, please contact the individuals listed below.