SOURCES SOUGHT
Multiple Award Construction Contract (MACC)
Nellis Air Force Base, NV
The 99th Contracting Squadron at Nellis Air Force Base (AFB), Nevada is publicizing this Sources Sought Announcement to gather industry feedback with respect to a MACC for Nellis AFB (Las Vegas, NV), Creech AFB (Indian Springs, NV), and the Nevada Test and Training Range. MACCs are Indefinite Delivery-Indefinite Quantity (IDIQ) contracts whose requirements are competed among a pool of multiple awardees based on work defined in individual task orders. Work may consist of single or multiple disciplines in general construction categories. It may also involve design services for all aspects of general building construction including new construction, modifications and renovations to existing facilities, and or infrastructure repairs and upgrades.
This Sources Sought is a market research tool to be used for the purpose of preliminary acquisition planning. The intent of this notice is to identify qualified, experienced, and interested Small Business Administration (SBA) 8(a) program participants within SBA Region 9 only. PLEASE DO NOT RESPOND IF YOUR COMPANY IS NOT A SMALL BUSINNESS WITH A BONA FIDE PLACE OF BUSINESS WITHIN SBA REGION 9. This notice does not constitute a Solicitation, Request for Proposal, or Invitation for Bid. It shall not be construed as a commitment of the Government for any purposes other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the data collected as a result of this market research. Any information submitted by respondents to this Sources Sought is strictly voluntary. Any future solicitation, including specifications and/or drawings, will be made available only on the Federal Business Opportunities (FBO) website https://www.fbo.gov under solicitation No. FA486119RA100. Interested parties are solely responsible for monitoring the aforementioned website for release of any updates, solicitation package, and all amendments.
It is anticipated that multiple awards may be made for the contract. The term will consist of a five-year contract with each year being an ordering period. Task Orders written against the MACC contract are anticipated to range between $1,000 and $5,000,000. The overall program value is still under consideration; however, at this point, the magnitude of this MACC is anticipated to be up to $95,000,000 over the duration of the contract. Work to be performed will be within the North American Industry Classification System (NAICS) sector 23, Construction, applies to this request. The size standard for this NAICS code is $36.5M.
If your 8(a) firm has an interest in proposing on a future requirement, as described above, please prepare a Capability Statement with details as follows:
1. FIRM INFORMATION: Company name, address, point of contact (POC), telephone, email address of POC, CAGE Code, DUNS number, business size, to include the number of employees, number of years in the construction industry.
2. STATUS: All applicable (e.g., SBA Certified 8(a) Program Participant, HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Women Owned etc.).
3. TEAMING: Potential teaming arrangements and delineation between the work that will be accomplished by the prime and the work accomplished by the teaming partner(s). Note: For general and heavy construction 15% of the cost of the contract, not including the cost of materials, must be performed by the prime contractor with its own employees. For special trade construction, such as plumbing, electrical or tile work, 25% percent must be self-performed by the prime contractor with its own employees.
4. CAPABILITIES: Interested contractors should demonstrate a history of relevant construction experience with a primary focus on IDIQ type contracts and simultaneous performance of multiple projects at different locations, any government construction projects, and in what capacity (e.g., prime, subcontractor, etc.) performed. Experience should illustrate the ability to execute a broad range of maintenance, repair, and construction of real property (i.e. 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.
5. SURGE CAPABILTIY: The ability to provide significant increase in support (e.g. rapidly identify, employ and equip resources) in the event of a government End of Fiscal Year (EOFY) or Economic surge in number, size or complexity of projects.
6. BONDING: Identify bonding capacity and name(s) of surety/sureties.
7. COMMERCIAL INPUT: Provide recommendations of commercial practices that the Government should consider implementing for this acquisition.
If interested, please submit Capability Statement by one of the following methods no later than 03 December 2018:
Mail Address: 99 CONS/PKA
Attention: Patrick Mock / Betty Rodrigues
5865 Swaab Blvd, Bldg 588
Nellis AFB, NV 89191-7063
EMAIL: Address to patrick.mock.1@us.af.mil and betty.rodrigues@us.af.mil. Note: Emails may not be received due to file size or firewall rejection; therefore, follow-up via telephone is strongly recommended to ensure receipt of your submission if an acknowledgement is not received back via email by the Government. Contact telephone numbers are (702) 652-9121 or (702) 652-9089.
The solicitation is expected to be electronically posted on or about 04 February 2019.