Alabama Bids > Bid Detail

Minor Construction Contract (MCC) V

Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159233679105013
Posted Date: Mar 13, 2023
Due Date: Apr 10, 2023
Solicitation No: 80MSFC23R0008
Source: https://sam.gov/opp/57c0e57dc9...
Follow
Minor Construction Contract (MCC) V
Active
Contract Opportunity
Notice ID
80MSFC23R0008
Related Notice
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 13, 2023 03:27 pm CDT
  • Original Published Date: Mar 09, 2023 12:40 pm CST
  • Updated Response Date: Apr 10, 2023 04:00 pm CDT
  • Original Response Date: Apr 10, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Updated Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Huntsville , AL 35812
    USA
Description

The National Aeronautics and Space Administration (NASA)/Marshall Space Flight Center (MSFC) is hereby soliciting information from potential sources for multiple indefinite-delivery, indefinite-quantity (IDIQ) Minor Construction Contracts V (MCC-V). Work under MCC-V will be performed in the 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, building construction, demolition, and United States Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) projects.



NASA/MSFC is seeking capability statements from all interested parties, including all socioeconomic categories of small businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), 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 and/or small business subcontracting goals for MCC-V. The Government reserves the right to consider a small, 8(a), women-owned small business (WOSB), service-disabled veteran-owned small business (SDVOSB), economically disadvantaged women-owned small business (EDWOSB), or HUBZone business set-aside based on responses received.



The existing effort is currently performed under 19 separate firm-fixed-price contracts with a period of performance from March 25, 2019, through March 24, 2024. Prospective offerors should have an established office within a 100-mile radius of MSFC and a minimum total bonding capability of $1 million (Single Job) and $2.5 million (Aggregate). Historically, 60 to 80 task orders with a total combined price of $8 million to $12 million have been awarded annually. The price range of the delivery orders has historically been between $5,000 and $1,000,000, with an average of $60,000 per task order.



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.



MCC-V is not considered to be a commercial or commercial-type product in accordance with FAR 2.101. Interested firms having the required capabilities to meet this effort should complete and return the attached Contractor Capabilities Form.



Responses to this RFI/sources sought must be submitted in writing via email. Oral communications are not acceptable in response to this notice. Proprietary information should be marked accordingly. Submissions shall be addressed to the contracting office and personnel outlined below. The Contractor Capabilities Form must provide the following information as a part of its cover sheet:



(a) Company name and address;



(b) Business size and type; Unique Entity ID (UEI)



(c) Point of Contact;



(d) Phone/E-mail;



(e) NAICS Codes; and



(f) Information regarding company's capabilities



Responses are limited to two (2) single-sided 8.5" x 11" pages with 1" margins, and 12-point font (Arial or Times New Roman).



All responses shall be submitted electronically via email to Joseph R. Tynes at joseph.r.tynes@nasa.gov no later than April 10, 2023, 4:00 p.m., Central Time. Please reference 80MSFC23R0008 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.




















Attachments/Links
Attachments
Document File Size Access Updated Date
Contractor_Capabilities_Form.pdf (opens in new window)
123 KB
Public
Mar 09, 2023
file uploads

Contact Information
Contracting Office Address
  • US
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >