Status Report

NASA Ames Solicitation: Multiple Award Construction Contract MACC

By SpaceRef Editor
January 25, 2011
Filed under , ,

Synopsis – Jan 24, 2011

General Information

Solicitation Number: NNA11JA01R-PFM
Posted Date: Jan 24, 2011
FedBizOpps Posted Date: Jan 24, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: Feb 15, 2011
Current Response Date: Feb 15, 2011
Classification Code: Y — Construction of structures and facilities
NAICS Code: 236220 – Commercial and Institutional Building Construction

Contracting Office Address

NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

Description

NASA/ARC is hereby soliciting information about potential sources for a Multiple Award Construction Contract (MACC) which is an Indefinite-Delivery Indefinite-Quantity (IDIQ) general construction contract to support construction, alteration, and repair of NASA buildings, structures, and other real property located at Ames Research Center (ARC) and the Moffett Federal Airfield Complex. The MACC provides NASA the capability to compete selected construction projects amongst a group of highly qualified general construction contractors for a five year period (base period and 4 one year option periods). Work will include a variety of construction related activities including new construction, renovation, and repairs at various locations at NASA ARC and Moffett Federal Air Field Complex. The work will include, but is not limited to: general and specialized construction activities (ex. roofing, demolition, mechanical, electrical, and plumbing) and incidental related work. The activities relate to the new construction, renovation, and/or repair of facilities and infrastructure such as 1) aviation and aircraft facilities; 2) personnel housing facilities; 3) administrative facilities; 4) warehouses and supply facilities; 5) medical facilities; 6) computer and research lab facilities; 7) wind tunnel and metal shop facilities; 8) abatement and handling of hazardous/regulated materials (asbestos, lead paint, and PCBs); 9) the civil, sanitary storm water, mechanical and electrical systems supporting the facilities and infrastructure; and 10) Modification and upgrade of the electrical power system support including medium (1kV-35kV) and low (120V-600V) switchboard, motor control center and switchgear electrical power distribution systems. Also work on High voltage (115kV) modification/renovation including cables, transformers and circuit breaker replacement. Some projects may require some design services.

Estimated construction costs of individual projects will normally range from $10,000 to $3,000,000. ARC estimates a total of approximately 24 projects for the first year (about 6 projects in the $10,000-$100,000 range; about 9 projects in the $100,000-$500,000 range; about 6 projects in the $500,000-$1,000,000 range; and about 3 projects in the $1,000,000-$3,000,000 range) and high voltage projects up to $15,000,000. Identify your firm’s interests in projects valued from $10,000 to $1,000,000; $1,000,000 to 3,000,000 and high voltage (115kV) modification/renovation projects valued up to $15,000,000.

Multiple awards will be given a contract. Each IDIQ contract will have a minimum guarantee of $10,000 which represents the minimum value of work the Government is required to order under each IDIQ contract. The maximum contract value of each IDIQ contract and the maximum value of all IDIQ contracts will be approximately $175,000,000. The NAICS Code and size standard for this procurement are 236220 and $33.5M respectively.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.

Responses must include the following: name and address of firm, ownership; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact – address and phone number). Also provide bonding capacity per project and aggregate. Technical and or Procurement questions should be directed to: Patricia Finnell-Mendoza.

This synopsis is for information and planning purposes 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Patricia Finnell-Mendoza no later than February 15, 2011. Please reference NNA11JA01R-PFM in any response. Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: Patricia F. Mendoza
Title: Contract Specialist
Phone: 650-604-6332
Fax: 650-604-0912
Email: patricia.l.finnell-mendoza@nasa.gov

Name: Teresa A. Marshall
Title: Contracting Officer
Phone: 650-604-5257
Fax: 650-604-2593
Email: teresa.a.marshall@nasa.gov

SpaceRef staff editor.