Posted: June 28, 2023, 2:04 a.m. EDT
UPDATE - 28 June 2023
(1) Amended SF1442 Solicitation (FA524023R00100007)
(2) Posted Questions and Answers - 28 June 2023 (1-107)
***NOTE: Amendment 7 has been highlighted with changed areas.***
---------------------------------------------------------------------------------------
UPDATE - 23 June 2023
(1) Amended SF1442 Solicitation (FA524023R00100006)
(2) Revised Attachment 05, Seed Project Statement of Work (23 June 2023) based on Q&A
(3) Attached Building 17000 Ceiling Plan and Electrical/Fire Alarm Plans (for reference only) based on Q&A
(4) Posted Questions and Answers - 23 June 2023 (1-89)
(5) Updated this description to reflect increased ceiling and number of awardees (FA524023R00100005)
PLEASE ENSURE ALL QUESTIONS ARE SUBMITTED NLT 26 June 2023 at 1600 ChST (local)
---------------------------------------------------------------------------------------
UPDATE - 21 June 2023
(1) Amended SF1442 Solicitation (FA524023R00100005)
(2) Increased ceiling on the contract to $500M base period and $200M option period
(3) Updated number of awardees to a minimum of eight (8) and maximum of ten (10)
(4) Updated Section L and Section M of the solicitation
(5) Incorporated FAR Clause 52.204-27, Prohibition on a ByteDance Covered Application
(6) Updated FAR Clause 52.219-14 Limitations on Subcontracting
(7) Attached Site Visit Attendance Information
---------------------------------------------------------------------------------------
UPDATE - 16 June 2023
(1) Posted Questions and Answers - 16 June 2023 (1-56)
***AN AMENDMENT WILL POSTED AS SOON AS POSSIBLE.***
---------------------------------------------------------------------------------------
UPDATE - 7 June 2023
(1) Amended SF1442 Solicitation (FA524023R00100004)
(2) Updated FAR Clause 52.211-12 to incorporate liquidated damages amounts for the Seed Project
(3) Posted Questions and Answers - 7 June 2023 (1-15)
(4) Past Performance Questionnaire (PPQ) due date updated (Attachment 11)
---------------------------------------------------------------------------------------
UPDATE - 2 June 2023
(1) Amended SF1442 Solicitation (FA524023R00100003)
(2) Extended proposal due date to 10 July 2023 at 1200 ChST (local)
(3) Clarified Block 17 in Section L
(4) New Site Visit Date is 13 June 2023 at 1000 ChST (local)
(5) Updated Site Visit Instruction dates
(6) Updated Request for Information (RFI) due date
(7) Updated Seed Project Statement of Work (Attachment 05) & Drawings (Attachment 06)
(8) Posted Questions and Answers - 2 June 2023 (1-10)
---------------------------------------------------------------------------------------
UPDATE - 27 May 2023
***SITE VISIT CANCELLED ***
Due to Typhoon Mawar recovery efforts on the island of Guam, the site visit scheduled for 1 June 2023 is cancelled. The Government is working to extend the solicitation due date and re-schedule the site visit. Updates will be posted on SAM.gov as soon as possible.
(1) Posted Questions and Answers - 27 May 2023 (1-9)
---------------------------------------------------------------------------------------
UPDATE - 22 May 2023
***SITE VISIT CANCELLED ***
(1) Original site visit cancelled due to Typhoon Mawar.
(2) Request for Information (RFI) due date updated.
(3) Proposal due date updated.
(4) New site visit date is 1 June 2023 at 1000 ChST (local).
---------------------------------------------------------------------------------------
UPDATE - 18 May 2023
1) Amended SF1442 Solicitation (FA524023R00100001)
2) Updated Site Visit Location in Section L (FA524023R00100001)
3) Updated missing trades in Section M (FA524023R00100001)
4) Posted Questions and Answers - 18 May 2023 (1-7)
---------------------------------------------------------------------------------------
DESCRIPTION OF WORK:
The contractor shall provide all materials, equipment, tools, labor, transportation, and management necessary to perform under the Multiple Award Construction Contract (MACC). The MACC is a multiple award, design-build indefinite delivery/indefinite quantity (IDIQ) construction acquisition described in a General Statement of Work, Base Standards, and Special Contract Procedures. Projects executed under the MACC are defined with each individual task order. The work will consist of multiple disciplines in construction to include repair, alteration, and construction of real property improvements on Andersen Air Force Base and Northwest Field, Guam.
MAGNITUDE (FAR 36.204 & DFARS 236.204):
Seed Project: $1,000,000 - $5,000,000
Program: $700,000,000 (including options)
PERFORMANCE PERIOD:
5-year base ordering period
2-year option ordering period
LOCATION OF WORK:
Andersen AFB, Guam
RESTRICTION TO SMALL BUSINESS:
This acquisition is being competed as a Historically Underutilized Business Zone (HUBZone) Small Business set-aside. The applicable North American Industry Classification System (NAICS) code for this acquisition is 236220, with a small business size standard of $45 million.
CONTRACT TYPE:
Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award. The Government intends to award eight (8) or up to ten (10) MACC IDIQ contracts.
SOURCE SELECTION:
Competitive Subjective Tradeoff (STO) Best Value. See Solicitation, Section M for details.
PRE-PROPOSAL CONFERENCE/SITE VISIT:
13 June 2023 at 1000 ChST (local). See Solicitation, Section L for details.
Each offeror is limited to five (5) personnel.
Offerors with Base Access
Shall send a list of attendees to the contracting POCs. The list must contain each personnel's LAST, FIRST, and MIDDLE name and their respective position no later than 12 June 2023 by 12:00pm (ChST). Be sure to state in the email that attendees currently have base access. Report directly to Building 22023, Meehan Conference Center, No Later than 1000 ChST (Local) the day of the site visit. All attendees must meet installation access requirements to attend. (Link is provided below).
Offerors without Base Access
Shall send a list of attendees to the contracting POCs. The list must contain each personnel's LAST, FIRST, and MIDDLE name and their respective position no later than 12 June 2023 by 12:00pm (ChST). Be sure to state in the email that attendees currently Do Not have base access. Attendees needing base access must report to Building 14615 AAFB North Gate Visitors Control Center No Later than 0800 ChST (Local) on the day of the site visit as they may be sponsored in based on the outcome of their security check. It is recommended that those without base access carpool and ensure vehicle insurance and registration are on-hand. At the Government's discretion, offerors may be transported by the Government or escorted to drive on the installation. All attendees must meet installation access requirements to attend (Link is provided below).
Installation Access Requirements: https://www.andersen.af.mil/Contact-Us/Visitor-Center/
REQUEST FOR INFORMATION (RFI):
RFIs are due No Later Than 26 June 2023 at 1600 ChST (local). Verbal queries and questions after the due date will not be entertained. Questions shall be submitted in a question format and the email shall begin with RFI FA524023R0010. Answers will be posted on SAM.gov.
PROPOSAL SUBMISSION:
Proposals shall be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) at the link below. See Solicitation, Section L for more information.
https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=FA524023R0010
NOTICE TO OFFERORS:
The Government reserves the right to cancel this solicitation, either before or after closing of receipt of proposals. Offerors are cautioned to carefully read instructions and ensure proposals are submitted in accordance with the Solicitation, Section L.
CONTRACTING POCS:
darrell.chargualaf@us.af.mil
jennifer.taitague@us.af.mil
katrina.pangelinan@us.af.mil