Western Regional Multiple Award Construction Contract (MACC) (№14350492)

19 apr

Number: 14350492

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


19-04-2019

Description


Western Regional Multiple Award Construction Contract (MACC)Solicitation Number: 80AFRC18R0007
Agency: National Aeronautics and Space Administration
Office: Armstrong Flight Research Center
Location: Office of Procurement

Solicitation Number: 80AFRC18R0007

Notice Type: Award

Contract Award Date: April 1, 2019

Contract Award Number: Multiple_Contracts

Contract Award Dollar Amount: $300000000

Contractor Awarded Name: Multiple

Synopsis: Added: Feb 12, 2018 6:30 pm The National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center (AFRC) plans to issue a Request for Proposal for up to fourteen (14) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contracts (MACC). This Western Regional MACC has an anticipated composite value of $300 Million and shall support both Construction (Bid/Build) and Design/Build Services at Ames Research Center (ARC) including the adjacent Moffett Federal Airfield (MFA), Armstrong Flight Research Center (AFRC) including Los Angeles World Airport (LAWA) Building 703 in Palmdale, CA, Jet Propulsion Laboratory (JPL) including the Goldstone Deep Space Network (DSN) in Fort Irwin, CA, and Santa Susana Field Laboratory (SSFL) in Simi Valley, CA.

The MACC contract will be used for future construction and design/build requirements at each of the above Centers. Work under the MACC shall be performed in the general construction category which may include, but is not limited to, maintenance, repair, painting, alteration, architectural, mechanical, electrical, plumbing, heating/air conditioning, civil, earthwork, fencing, structural, steel fabrication and or welding, 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. Work may also include design/build projects as well as new construction of buildings or facilities to include some or all of the above elements of work. Work to be performed under the MACC may include, but is not limited to, any of the disciplines listed in North American Industry Classification System (NAICS) codes as follows: Sector 23 Construction, Subsection 236 Construction of buildings size standard $36.5 Million; and Subsection 237 Heavy and Civil Engineering Construction, size standard $36.5 million. The NAICS Code and small business size standard for our initial seed projects is 236220 and $36.5 million, respectively. Specific projects will be defined in subsequently issued task orders and will vary in size, scope, and complexity. The initial solicitation will include a requirement for Armstrong and Ames.

This solicitation shall utilize full and open competition. NASA AFRC anticipates awarding up to a total of (14) IDIQ contracts. Twelve (12) of the proposed IDIQ contracts will be reserved for small businesses in various socio economic categories, and up to two (2) awards will be made to contractors in the full and open category. The small business various socio economic categories are: Small Business, HUBZone, Women-owned Small Business (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and 8(a).

Contractors responding to this notice to perform the contract as small business joint ventures shall use the procedure described at the Small Business Administration (SBA) web site. The SBA URL is www.sba.gov, and the keyword search is Joint Venture and or Mentor Protégé.

The total value for all IDIQ contracts awarded is Not to Exceed $300000000 over a five year period. There is no yearly or per contractor limit except for the five year maximum; this will allow all contractors to be available for competition of future task orders until the cumulative ceiling is reached. Task orders will be firm fixed priced.

The Request for Proposal shall include seed projects from Armstrong and Ames. Offerors are expected to demonstrate their ability to perform at each Center by submitting a price for each Center"s seed project. Evaluation and selection for award of the 14 IDIQ contracts will be based on the overall total price for the two seed projects for the work to be performed at Armstrong and Ames. Only the successful 14 MACC contract awardees will then be considered for award for each Center"s task. Each Center will award their respective task order based on the lowest price technically acceptable MACC awardee for each Center"s task.

All successful MACC contract awardees will receive a task order for the guaranteed minimum of $5000.00.

The seed projects are as follows:

1. Armstrong Flight Research Center Project entitled: "Replace Electrical Supporting Mission Control", the work to be performed under this project consists of providing the labor, equipment, and materials to perform the replacement of electrical sub-systems and components which support the Mission Control Center (this project site is in Seismic Zone 4).
The site work scope includes the replacement of a transformer, medium voltage selector switches, and medium voltage conductor in substation located behind the main campus central building (B4800). The electrical scope includes the installation of 600V conductors, switchboards, UPS battery monitoring, and metering.
Additional details are in the specification and drawings to be provided by the Government. The period of performance is 424 calendar days after receipt of the Notice to Proceed. The order of magnitude for the seed project is between $1000000 and $5000000.

2. Ames Flight Research Center Project entitled: "Building 25 Restoration" Building 25 is a reinforced concrete building of 2 stories of 7453 square feet gross for the ground floor, 5429 square feet gross for the second floor and a basement of 8000 square feet gross. It is located within the historical Shenandoah Plaza of Moffett Field. This project is to restore and enhance the Core & Shell of the building to maximize its adaptive reuse value. It will include removal and disposal of all hazardous material; removal and disposal of all damaged and replaced material; replacement/repair of historically compatible components; addition of ADA compliant accommodations; fire sprinklers; seismic upgrades; LEED-NC Silver certification; and exterior/interior painting.
Additional details are in the specification and drawings to be provided by the Government. The period of performance is TBD calendar days after receipt of the Notice to Proceed. The order of magnitude for the seed project is between $5000000 and $10000000.

The anticipated release date of the RFP is on or about March 1, 2018, with an anticipated bid closing date of on or about April 3, 2018. The firm date for receipt of bids or offers will be stated in the RFP.

Offerors are urged and expected to inspect the site where the work will be performed.
Organized site visits have been tentatively scheduled at each location as follows: (Note: All times listed are the respective Centers" local time.)

Armstrong Flight Research Center, Date March 13, 2018 Time: 9:00AM and 1:00PM (PDT)
Ames Research Center, Date March 15, 2018 Time: 9:00AM and 1:00PM (PDT)

Details will be provided in the solicitation instructing participants to meet at the Centers" designated meeting location. No other site visits will be scheduled or held.

NASA Clause 1852.215-84, Ombudsman, is applicable. The center Ombudsman for this acquisition is Mr. Patrick Stoliker who can be reached at (661) 276-2091, E-Mail: [email protected].

The solicitation and any documents related to this procurement [with the exception of the specifications and drawings] will be available over the Internet. The process for obtaining the specifications and drawings will be identified with the issuance of the solicitation. These documents will be in Microsoft Office format and will reside on the Federal Business Opportunities web site, which may be accessed using your browser application. The Internet site is https://www.fbo.gov/. Enter 80AFRC18R0007 in the Key Word/Solicitation Number search box to find the solicitation documents and any amendments.

Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror"s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for following the process identified in the solicitation for obtaining their own copy of the solicitation, specifications, drawings, and amendments (if any).

Added: May 03, 2018 8:51 pm The purpose of this post is to inform interested parties the release of the solicitation is forthcoming within the next week.  Added: May 10, 2018 5:02 pm The purpose of this post is to upload solicitation documents.  Added: Apr 18, 2019 4:39 pm Awardees:

80AFRC19D0003
Southwestern Dakotah, Inc.
3148 S. Chrysler Avenue
Tucson, AZ 85713-5463


80AFRC19D0004
Ironwood Commercial Builders, Inc.
201 Ironwood Court
Pleasant Hill, CA 94523-1162


80AFRC19D0005
Sea Pac Engineering, Inc.
3325 Wilshire Blvd., Suite 305
Los Angeles, CA 90010-1719


80AFRC19D0006
Patriot Construction, Inc.
4646 Qantas Lane, B-4
Stockton, CA 95206-4982


80AFRC19D0008
I.E.-Pacific, Inc.
150 West Crest Street
Escondido, CA 92025-1706


80AFRC19D0009
Lead Builders Inc.
2060 D. Avenida De Los Arboles
Thousand Oaks, CA 91362-1376


80AFRC19D0010
Optimum Operations
6401 Golden Triangle Dr. #315
Greenbelt, MD 20770-3201


80AFRC19D0011
Heffler Contracting Group
535 Broadway, Suite 203
El Cajon, CA 92021-5464


80AFRC19D0012
Insight Pacific, LLC
2749 Saturn Street
Brea, CA 92821-6705


80AFRC19D0014
CJW Joint Venture
841 E. Washington Avenue, Suite B
Santa Ana, CA 92701-3878


80AFRC19D0015
Fed Con - VC Joint Venture
408 Bryant Circle, Suite F2
Ojai, Ca 93023-4210


80AFRC19D0016
Anna Lisa Luna Construction, Inc.
1250 Cruzero St.
Ojai, CA 93023-3819


80AFRC19D0017
Cutting Edge Concrete Services, Inc.
18020 National Trails Highway
Oro Grande, CA 92368-9593



Please consult the list of

document viewers if you cannot open a file. Solicitation 1 Type: Solicitation

Posted Date: May 10, 2018



RFP_INSTRUCTIONS_TO_OFFERORS.pdf (238.20 Kb) Description: RFP Instructions to Offerors

Solicitation_80AFRC18R0007.pdf (1250.04 Kb) Description: Solicitation 80AFRC18R0007

ATTACHMENT_A__AFRC_Task_Order_.pdf (464.82 Kb) Description: Attachment A

ATTACHMENT_B__ARC_Task_Order.pdf (535.61 Kb) Description: Attachment B

ATTACHMENT_C__SAFETY_AND_HEALTH_PROGRAM.pdf (37.67 Kb) Description: Attachment C

ATTACHMENT_D_PAST_PERFORMANCE_ASSESSMENT_FORM.pdf (40.67 Kb) Description: Attachment D

Amendment 1 Type: Mod/Amendment

Posted Date: May 30, 2018



80AFRC18R0007P00001.pdf (85.39 Kb) Description: 80AFRC18R0007 Amendment 1

Armstrong_MACC_Site_Visit_Presentation_.pdf (4179.75 Kb) Description: Armstrong Site Visit Presentation

Armstrong_Site_Visit_Sign-In_Sheets.pdf (664.63 Kb) Description: Armstrong Site Visit Sign-In Sheets

Ames_MACC_Site_Visit_Presentation.pdf (3972.22 Kb) Description: Ames Site Visit Presentation

Ames_Site_Visit_Sign-In_Sheets.pdf (611.32 Kb) Description: Ames Site Visit Sign-In Sheets

ARC_Small_Business_Office_Slides.pdf (4231.91 Kb) Description: Ames Small Business Office Slides

Amendment 2 Type: Mod/Amendment

Posted Date: June 5, 2018



80AFRC18R0007P00002.pdf (213.18 Kb) Description: 80AFRC18R0007 Amendment 2

Package #4 Posted Date: June 14, 2018



80AFRC18R0007P00003.pdf (465.97 Kb) Description: 80AFRC18R0007 Amendment 3

AFRC_E10.pdf (838.52 Kb) Description: Armstrong Task Order E10

Attachment_C_General_Wage_Determination.pdf (176.62 Kb) Description: Armstrong Task Order Attachment C

Attachment_I-General_Decision_CA180018-Mod_8_6-1-18.pdf (324.49 Kb) Description: Ames Task Order Attachment I

Amendment 3 Type: Mod/Amendment

Posted Date: June 28, 2018



80AFRC18R0007P00004.pdf (485.90 Kb) Description: Amendment 4

Source Selection Decision Statement Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Source Selection Decision Statement

Posted Date: April 18, 2019



Source_Selection_Decision_Statement.pdf (421.34 Kb) Description: Source Selection Decision Statement

Memo_for_Record_for_Addendum_to_Source_Selection_Statement.pdf (91.94 Kb) Description: Addendum to Source Selection Statement



Contracting Office Address: NASA/Armstrong Flight Research Center,
Code A, P.O. Box 273
Mail Stop 4811-140
Edwards, California 93523-0273
United States


Place of Performance: NASA/Armstrong Flight Research Center Edwards CA
NASA/Ames Research Center Mountain View, CA

United States


Primary Point of Contact.: Andrea Basham

[email protected]