Federal Bid

Last Updated on 07 Feb 2017 at 11 PM
Solicitation
Fairchild air force base Washington

Fairchild AFB MACC

Solicitation ID FA4620-17-R-B001
Posted Date 07 Feb 2017 at 11 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4620 92 Cons Lgc
Agency Department Of Defense
Location Fairchild air force base Washington United states 99011
 

General Information

Document Type:

Synopsis

Solicitation Number:

FA4620-17-R-B001

Classification Code:

Z - Repair or Alteration of Miscellaneous Buildings

NAICS Code:

236220 -- Commercial and Institutional Building Construction

Contracting Office Address

Department of the Air Force, Air Mobility Command, 92d Contracting Squadron, 110 W Ent St, Fairchild AFB, Washington  99011-8568

Description

Description of Work: This is a synopsis for a Multiple Award Construction Contract (MACC) at Fairchild AFB WA. This acquisition will provide indefinite delivery-indefinite quantity (IDIQ) and design-build (D-B) construction efforts at Fairchild AFB, Washington.  The MACC will consist of multiple disciplines in general construction categories and execute a broad range of maintenance, repair, minor and/or new construction. The contractor shall provide all materials, equipment, labor and general conditions to accomplish design, maintenance, repair, and minor construction projects in an expeditious manner.  The work may include facility upgrades, utility work, airfield pavement, roads, roofs and other assorted repair and maintenance projects.  The construction work includes tasks in various trades such as carpentry, asbestos abatement/removal, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Locations of work will be at Fairchild AFB WA and other associated sites outside the base proper.  All off base sites are within 80 miles of Fairchild AFB. Work to be performed under the MACC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 Construction, Subsection 236 Construction of Buildings size standard $36.5M. Each contract awarded will contain a basic 12-month period and four 12-month option periods.  Subsequent task orders will identify specific requirements for each project.  Individual task orders may range from approximately $600K - $10M.  The program value to include all five contracts and subsequent task orders is Not-to-Exceed $95M over a 5-year period.  This acquisition is a Total Small Business Set-Aside. 

 

A pre-proposal conference/site visit will be held per Section L, FAR 52.236-27 and Paragraph 1.3 as stated in the solicitation, to include a site visit for the seed project. All prospective offerors are highly encouraged to attend this conference.  Offerors are encouraged to submit all questions and requests for clarifications no less than ten (10) days prior to the RFP closing date.  The decision whether to respond to questions and requests for clarification made less than ten (10) days prior to the RFP closing shall be at the sole discretion of the contracting officer.

              

Evaluation: Each offeror's proposal will be evaluated in strict accordance with the RFP and Source Selection plan utilizing the best value source selection process IAW FAR 15.3, DFARS 215.3, AFFARS MP 5315.3, and Policy letter 16-C-04. The basis for award is to be Subjective Tradeoff without technical factors. Past Performance will be considered approximately equal in importance to Price. The Request for Proposal (RFP) will include a seed project. The seed project is a construct only project and will be used for price evaluation purposes only. The magnitude of the seed project is between $250K and $500K. The offeror's proposal must convey to the Government that the offeror possesses sufficient past performance experience for relevant construction projects that range from $600K to $10M. Also, all offeror's shall show the capability of receiving $10M in bonding. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if the Contracting Officer deems discussions are in the Government's best interest.

If the lowest priced offer is determined to have a "Substantial Confidence" performance rating and is determined to be responsible, then the lowest priced offer represents the best value for the Government and will be awarded the Seed Project. A MACC contract award shall be made to that offeror.

 

The Government reserves the right to award a contract to other than the lowest priced offeror if the lowest priced offeror is judged to have a performance confidence assessment of "Satisfactory Confidence" or lower. In that event, the Source Selection Authority (SSA) shall make an integrated assessment best value award decision, considering price and past performance, for award of the seed project. The integrated assessment will be a subjective tradeoff with Price being approximately equal to Past Performance.

 

Additional MACC awards (up to 4) will be determined by the same criteria used to determine award of the seed project. If the next lowest priced offer is determined to have a "Substantial Confidence" performance rating and is determined to be responsible, a subsequent MACC award will be made. This process will continue until a total of up to five (5) MACC contracts are awarded or until a proposal is determined to have a performance rating of "Satisfactory Confidence" or lower. At that time, the SSA will perform an integrated assessment best value decision based on the final rankings of the highest rated proposals from the SSA's integrated assessment.

 

Award:  The Government anticipates awarding up to five (5) Firm-Fixed Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contracts. In addition, all contractors receiving an award will receive a $500.00 task order for the MACC Orientation-Partnership Seminar to satisfy the contract minimum requirement. The Contractor's participation in this seminar, held at Fairchild AFB and is mandatory. Future individual task order requirements will be competed among the awardees in accordance with the solicitation and contract provisions.  In the event this RFP results in only one award, the awardee shall proceed to construct the project described in this RFP as the seed project as required by the terms of the resulting contract. 

The Government reserves the right to cancel this RFP either before or after the closing date.

 

The RFP will be posted on the Federal Business Opportunities website at http://www.fbo.gov on or about 23 Feb 17 and close on or about 24 Mar 17. The anticipated award date is 11 May 17. This is an all-electronic solicitation release.  Hard copies are not available. The Government will post amendments to the solicitation to the Electronic Posting System (EPS) at http://fbo.gov/. It is the responsibility of each offeror to review the web page for notice of amendments, updates or changes to current information. Prospective contractors must be registered in the System for Award Management (SAM) database before award of a Government contract.  Failure to register in the SAM database may cause your firm to be ineligible for award.

Current Point of Contact

Richard Hedrick, Contracting Officer, Phone 509-247-4867, Email [email protected]

Bid Protests Not Available

Similar Past Bids

Fairchild air force base Washington 12 Sep 2015 at 8 PM
Fairchild air force base Washington 12 Sep 2006 at 4 AM
Fairchild air force base Washington 03 Jan 2013 at 4 PM
Fairchild air force base Washington 27 Jun 2007 at 4 AM
Fairchild air force base Washington 08 Dec 2017 at 5 PM

Similar Opportunities

Fairchild air force base Washington 18 Jul 2025 at 5 PM
Fairchild air force base Washington 08 Jul 2025 at 5 PM
Fairchild air force base Washington 10 Jul 2025 at 9 PM
Fairchild air force base Washington 17 Jul 2025 at 5 PM
Fairchild air force base Washington 15 Jul 2025 at 8 PM