New Mexico Bids > Bid Detail

Kirtland Air Force Base (KAFB) Multiple Award Construction Contracts (MACC) IDIQ

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159789636866719
Posted Date: Dec 16, 2023
Due Date:
Source: https://sam.gov/opp/47a114f35c...
Kirtland Air Force Base (KAFB) Multiple Award Construction Contracts (MACC) IDIQ
Active
Contract Opportunity
KAFBMACCIDIQ
Related Notice
Contract Line Item Number
Department/Ind. Agency
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Dec 15, 2023 09:21 am MST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 20, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Kirtland AFB , NM 87117
    USA
Description

UPDATE:



15 December 2023 - This sources sought will be reposted to clarify the statement under the "Description" where it originally stated, "This acquisition is a Set-Aside for eligible 8(a) Small Business concerns." in the initial sources sought. THE GOVERNMENT HAS NOT MADE A DECISION TO SET THIS ASIDE since the requirement is still early in determining the acquisition strategy and apporach. Additionally the requirement is stilling being devoleped and defined based on future design and construction requirements and their complexities. Businesses of any sociecomonics status may submit a Statement of Capablity (SoC) if interested in this acquisition. *Businesses that already submitted a SoC, shall not resubmit their SoC as the Government already has it on record.



-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------



THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify potential sources capable of performing the effort described herein pursuant to FAR Part 10, Market Research and FAR Part 19, Small Business Programs. This is for planning purposes only.



Any information submitted by respondents to this Source Sought Notice is voluntary. The United States Air Force (USAF) does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this notice as a commitment by the Air Force for any purpose and should refrain from providing proprietary information in the response.



1. INTRODUCTION: This is the initial step in the planning process to identify potential sources for a Multiple Award Construction Contract (MACC), Indefinite Delivery-Indefinite Quantity (IDIQ) that includes multiple construction disciplines to support the missions at Kirtland Air Force Base (KAFB), New Mexico. The MACC IDIQ provides the Government with a streamlined contract vehicle that can be used for supporting requirements by competing the requirements among the MACC Contract holders.



The scope of the MACC IDIQ may include conventional Design-Build and Design-Bid-Build efforts, often with multiple projects occurring simultaneously. Scope of work will include a broad range of tasks in a variety of trades such as demolition, site work, excavation, cast-in-place concrete, masonry, structural steel, electrical, mechanical (including HVAC), painting, carpentry, roofing, millwork, road repair, and other specialty and general contracting work.



This effort will require contractors with experience and expertise capable of managing multiple task orders simultaneously, which will require construction scheduling, cost estimating, quality control, and coordination of subcontractors in a wide variety of construction trades. The selected contractors will be required to hold all applicable licenses, permits, registrations and/or certificates, and any other items necessary to perform work; and will be responsible for ensuring that any subcontractors hold the same.



The North American Industry Classification System (NAICS) code is 236220 and the small business size standard is $39.5 Million. All interest and qualified sources should notify this office by e-mail. Any information provided is voluntary. Telephone calls will not be accepted.



Projected task orders will range between $2,000 - $15,000,000. The contract value is estimated to be approximately $250M over the five (5) year ordering period with an option for an additional five (5) year ordering period for a total of ten (10) year ordering period. However, please note this may be subject to change.



2. INSTRUCTIONS:



All Firm’s response to this Sources Sought shall be limited to 10 pages and shall include the following information:



1. Contractor’s name, address, point of contact, phone number, e-mail address, CAGE, DUNS, and website (if applicable).



2. If applicable, Contractor’s 8(a) program exit date. Small Business status (i.e. service-disabled veteran-owned small business, economically disadvantaged woman-owned small business, woman-owned small business, or HUBZone).



3. Provide a list of showcasing the experience and overview of your company.



4. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits. Indicate whether the firm can bond to the estimated construction price range of this project. Each task order requires the Contractor ensure 100% bonding for the effort.



Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.



Contractor’s interested and capable shall submit responses no later than 12:00 PM Mountain Daylight Time on 5 January 2024, and addressed to the Contracting Specialist, Mr. Jeffrey L. Sorensen, at jeffrey.sorensen.8@us.af.mil, Contracting Specialist AND the Contracting Officer, Mr. Emmanuel Cobian, at emmanuel.cobian@us.af.mil.


Contact Information
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >