Western Regional Multiple Award Construction Contracts (WRMACC)

expired opportunity(Expired)
From: Federal Government(Federal)
80AFRC23SS009

Basic Details

started - 07 Mar, 2023 (13 months ago)

Start Date

07 Mar, 2023 (13 months ago)
due - 31 Mar, 2023 (13 months ago)

Due Date

31 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
80AFRC23SS009

Identifier

80AFRC23SS009
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Customer / Agency

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (8309)NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (8309)NASA ARMSTRONG FLIGHT RESEARCH CNTR (190)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

NASA Armstrong Flight Research Center (AFRC) is hereby soliciting information from potential sources for Construction and Design/Build Services.The National Aeronautics and Space Administration (NASA) AFRC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black College Universities (HBCU)/Minority Serving Institutions (MSI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition for the Western Regionalized Indefinite Delivery Indefinite Quantity (IDIQ) Wester Regionalized Multiple Award Construction Contract (WRMACC). The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone
business set-aside based on responses received.The WRMACC contracts have an anticipated composite value of $300 Million and shall support both Construction and Design/Build Services at Armstrong Flight Research Center (AFRC) and Ames Research Center (ARC) including Federal Tenants at NASA facilities: Jet Propulsion Lab located in Pasadena, CA; Goldstone Deep Space Communications Complex in Fort Irwin, Ca; Santa Susana Field Laboratory in Simi Valley, Ca; and United States Air Force (USAF), Edwards AFB, CA with AFRC Procurement Officer Approval.NASA anticipates utilizing the WRMACC for the future construction and design build requirements at each of the above locations, utilizing different contractors from various small business categories. Work under this contract is to be performed in the general construction category to include, but not limited to, architectural, mechanical, electrical, plumbing, civil, structural, roofing, building renovations, new building construction, demolition, United States Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) projects, and design/build projects. By using multiple awards, this contracting tool will allow each center the capability to quickly procure general construction services. Armstrong Flight Research Center will administer the basic contracts and each of the above-mentioned centers will issue Task Orders and handle all administration of the Task Orders against any or all categories of the WRMACC contracts.NASA is contemplating a certain number of awards in various small business categories. Your response will assist in determining the number of awards NASA can anticipate making in each category. Interested contractors shall possess the necessary capabilities to perform general construction services under NAICS code 236210, 236220, 237110, 237130 and/or 237990, with bonding capacities as follows: small business contractors must have at least a single project bonding capacity of $10 million and an aggregate bonding capacity of at least $30 million.If you are a large business, please submit suggested percentages of the work that could be subcontracted to each of the following types of businesses: Small Business Concerns; Small Disadvantaged Business (SDB) Concerns; Woman-Owned Small Business (WOSB) Concerns; HUBZone Small Business Concerns; Historically Black College Universities (HBCU)/Minority Serving Institutions (MSI); Veteran-Owned Business Concerns; and Service-Disabled Veteran-Owned Business Concerns.No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.Interested firms having the required capabilities necessary to meet the above requirement described herein shall submit a capability statement of no more than five (5) pages (including attachments except bonding letter) indicating the ability to perform all aspects of the effort. The capability statement shall contain a minimum font size of 12. The capability statement shall include the following information:Company's name, address, primary POC and telephone number,Size of business;Company's average annual revenues for the past three (3) years and total number of employees;Number of years in business;Company's Government size standard/type classification (Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service-Disabled Veteran, HUB Zone business);Affiliate information: parent company, joint venture partner(s), potential teaming partner(s); and point of contact position, address and phone number;Applicable NAICS Code(s);Unique Entity Identifier and cage code (for prime and subcontractor/teaming partners);A signed letter from your surety company indicating your current bonding capability per project as well as your aggregate bonding limits:Describe your ability/ capabilities to respond to both of the main NASA Centers identified above for future task orders. It is not sufficient to provide only general brochures or generic information; please provide details on how you could support the Centers.Responses shall include the company's specific area of interest in this acquisition as being either a potential prime contractor or subcontractor.Contractors MUST provide a signed letter from your bonding company identifying your single project bonding capability as well as your aggregate bonding capability. The bonding letter will not count against the (5) page capability statement limit. All Contractors are HIGHLY ENCOURAGED to respond to this announcement so NASA can properly develop the requirement, evaluate your capabilities, and asses your bonding limitation. AFRC encourages qualified joint venture business arrangements to submit capability statements as well.NOTICE: Copies of your Capability Statement may be made available to prospective offerors in the future; therefore, should not contain company-sensitive information. Any questions shall be submitted in writing via e-mail to the POC listed below to be used for consideration in the development of the requirements. Please submit all questions and data through the below e-mail address only, NOT through the phone or fax numbers listed below.Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101.All responses shall be submitted electronically via email to Cacie Carrillo, Contracting Officer, E-mail cacie.carrillo@nasa.gov, no later than March 31, 2023 at 4:00 PST. Please reference 80AFRC23SS009 in any response.This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.NASA intends to publicize a listing of respondents in order to facilitate teaming arrangements. Should your firm desire not to be included in this listing, clearly indicate this desire in your response.

P.O. BOX 273  EDWARDS , CA 93523  USALocation

Place Of Performance : P.O. BOX 273 EDWARDS , CA 93523 USA

Country : United StatesState : California

You may also like

NUWCDIVNPT Multiple Award Construction Contract (MACC)

Due: 30 Apr, 2024 (in 5 days)Agency: DEPT OF DEFENSE

NUWCDIVNPT Multiple Award Construction Contract (MACC)

Due: 29 Nov, 2024 (in 7 months)Agency: DEPT OF DEFENSE

Maintenance & Repair Multiple Award Construction Contract (MACC)

Due: 02 May, 2024 (in 7 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1EZCONSTRUCTION OF OTHER INDUSTRIAL BUILDINGS