The 49th Contracting Squadron is seeking those firms with a demonstrated history of relevant construction experience where the primary focus is on IDIQ-type contracts with simultaneous performance of multiple projects at differing locations similar to the delivery order value that will be executed under this contract. Every delivery order will be competed. Delivery orders will be firm-fixed price with an estimated targeting award range of $50K to $3.5M. The estimated magnitude of the entire contract is $85M. North American Industry Classification System (NAICS) codes: Sector 23 Construction, Subsector 236 Construction of Buildings, Size Standard $33.5M; Subsector 237 Heavy and Civil Engineering Construction, Size Standard $33.5M (except Land Subdivision, $7M and Dredging and Surface Cleanup Activities, $20M); and Subsector 238 Specialty Trade Contractors, Size Standard $14M. The description of work will be identified in each individual delivery order. The number of awards the Government will award is still under consideration, however at this point the Government anticipates awarding four (4) contracts. Each contract awarded will contain a basic 12-month period with four 12-month option periods. Performance and payment bonds will be required per individual delivery order in accordance with Federal Acquisition Regulation Part 28.
Potential offerors are encouraged to monitor the FedBizOpps website for program documents. Interested firms responding to this sources sought notice must (1) state whether they are small or large business based on the size standard above; if applicable, identify subcontractors to be used and their anticipated responsibilities; (2) indicate all of the following small business status categories that apply: Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), 8(a) firm, HUB Zone firm, Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Black College and University or Minority Institution (HBVU/MI); (3) provide experience in the form of an outline of previous projects for specific relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of work, points of contact, and phone numbers; professional qualifications and specific experience of personnel identified to perform the work; and (4) provide any other pertinent information which would enable the government to assess the capabilities of a firm. Because the Government reserves the right to set this acquisition aside for small business, 8(a) firms, HUB Zone firms or Service-Disabled Veteran-Owned Small Business based on the responses it receives, it is imperative that firms respond with the required information for capabilities to be accurately evaluated. Potential offerors should limit their responses to five (5) pages (single spaced, 12 pt font). All information included in offeror responses should be specific to this Sources Sought synopsis.
Responses to this Sources Sought announcement are due NLT 14 December 2010 by 4:00 PM. Late responses will not be accepted.
The package shall be sent by mail to: 49th Contracting Squadron (Attn: Theresa A. Sandoval), 490 First Street, Suite 2160, Bldg 29, Holloman AFB, NM 88330-8225. Electronic submissions will not be accepted. All questions regarding this notice can be addressed to: Theresa A. Sandoval at theresa.sandoval@holloman .af.mil, or John T. Seamon at [email protected].
Contracting Office Address:
49th Contracting Squadron
490 First Street
Suite 2160, Bldg 29
Holloman AFB, NM 88330-8225
United States
Place of Performance:
Holloman AFB, New Mexico 88310-8225
United States
Primary Point of Contact:
Theresa A. Sandoval
[email protected]
Phone: DSN: 572-2088; Comm: (575) 572-2088
Fax: DSN 572-5456; Comm: (575) 572-5456
Alternate Point of Contact:
John T. Seamon
[email protected]
Phone: DSN: 572-3993; Comm: (575) 572-3993
Fax: DSN: 572-5456; Comm: (575) 572-5456