Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base, California
ID: FA4610-24-R-0012Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the Multiple Award Construction Contract (MACC) at Vandenberg Space Force Base in California. This procurement aims to establish a competitive vehicle for a broad range of maintenance, repair, and new construction projects at Vandenberg SFB and its remote locations, specifically targeting 8(a) firms registered under NAICS code 236220, Commercial and Institutional Building Construction. The anticipated contract will consist of up to five indefinite-delivery, indefinite-quantity contracts with a total ceiling of $562.5 million, and individual task orders valued between $2,000 and $25 million, with proposals due by October 21, 2024, at 3 PM PDT. Interested parties should direct inquiries to Alyson R. Kolding at alyson.kolding@spaceforce.mil or Jennifer Paccioretti at jennifer.paccioretti@spaceforce.mil for further details.

    Files
    Title
    Posted
    The Western Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE MACC) aims to support construction projects at Vandenberg Space Force Base and its remote locations in California. The contract includes the execution of maintenance, repair, and minor construction tasks across various trades such as demolition, electrical work, and HVAC. Contractors awarded the MACC will be responsible for various project designs, from 35% to 100%, depending on the existing documentation provided in the Task Orders (TOs). Key document components include specific definitions related to project phases, performance and payment bonds, construction wage requirements, and preparation processes for task order proposals. The contractor must adhere to safety and operational protocols, including security regulations and quality control measures, while providing detailed documentation throughout the project lifecycle. Participation in the bidding process is limited to contractors awarded MACC, with the government maintaining the right to utilize small business set-aside procedures. The maximum contract value is established at $562.5 million, with individual task orders ranging from $2,000 to $25 million. The WOOKIE MACC serves as a structured framework to ensure efficient project execution and compliance with federal standards for construction within military installations.
    The document is an Executive Summary Sheet related to the request for proposals (RFP) FA461024R0012. It provides a structured format for contractors submitting proposals, requiring essential company information such as name, address, contact numbers, and unique identifiers like the Unique Entity ID (UEI) and DUNS Number. The sheet also outlines various small business categories, including 8(a), HUBZone, veteran-owned, and women-owned businesses, among others. Additionally, it specifies sections for contractor representatives authorized to negotiate proposals, identifying primary and alternate points of contact, including their roles and contact details. This information is critical for the evaluation and selection processes in federal and state procurement. The primary purpose of this document is to ensure that all necessary identifiers and contact information are clearly presented and organized for effective communication and contract negotiation related to government-funded projects. Its structured format aids in maintaining compliance with federal procurement policies and supports the government’s objective to engage diverse business types in its contracting efforts.
    The document is the Price Proposal Template attached to solicitation FA461024R0012, outlining labor rates applicable for multiple fiscal years from 2025 to 2033. Key components include positions such as Site Superintendent, Quality Control Manager, and Project Manager, each requiring fillable spaces for Labor Rates, Fringe Benefits Rates, Labor Overhead Rates, General and Administrative (G&A) Rates, and Loaded Hourly Rates. The template prompts offerors to calculate and provide rates spanning a multi-year timeline while also requesting clarification on instructions, conditions, and notices relevant to submissions. The absence of specific figures, indicated by placeholders and calculated percentages for each fiscal year, suggests that the final cost structure is dependent on proposal responses. This template is integral for the proposal phase of government contracts, allowing precise budgeting and forecasting of labor costs within the federal contracting framework, reflecting compliance with competitive bidding standards. Overall, it serves as a structured format for prospective contractors to submit detailed financial rates necessary for project evaluations and funding allocations within government contracts.
    The document outlines various project categories eligible for federal grants and RFPs related to infrastructure and facilities management. It categorizes ten specific areas, including erosion stabilization, electrical line management, hazardous material abatement in California, anti-terrorism upgrades for Department of Defense facilities, general facility renovations, fire alarm and suppression systems, electrical system upgrades, HVAC systems, secured room construction adhering to security specifications, and special interest projects addressing environmental and cultural concerns. Each category defines specific project tasks and requirements, emphasizing the necessity for designs prepared by registered engineers for safety and compliance. The document differentiates between eligible and ineligible tasks, focusing on the technical requirements and safety measures needed in each project area. The primary purpose of this document is to provide a comprehensive guide for potential contractors and government entities on the scope and definitions of projects that qualify for funding and support through federal and state requests for proposals and grants.
    The document outlines the self-scoring worksheet for Offerors responding to government solicitation FA461024R0012, focusing on the relevant experience required for evaluating proposals for various construction and renovation projects. It categorizes multiple project types, including erosion stabilization, electrical distribution, asbestos abatement, blast-resistant construction, fire suppression systems, and more. Each category allows Offerors to cite up to three projects, earning a maximum score of 1,000 points per project. The scoring system also accounts for the number of design-build projects as a prime contractor, experience in complex projects, staff qualifications, aggregate bonding capacity, and possession of a California General Contractor's License. The worksheet establishes a total possible score of 75,000 points, which will guide the evaluation of offers based on specified criteria in Section L of the solicitation. The primary purpose of this self-scoring worksheet is to assist Offerors in presenting their qualifications and relevant experiences in a structured manner to meet federal contracting requirements effectively. This aligns with the broader context of federal grants and government procurement processes, ensuring a standardized evaluation method for contractor capabilities.
    The Relevant Experience Project (REP) Template for Solicitation FA461024R0012 outlines the submission requirements for potential Offerors as part of federal government proposals. Each Offeror can submit up to thirty relevant projects across various categories, including Erosion Stabilization, Electrical Distribution, Asbestos Abatement, Blast Resistant Construction, and more. For each project, Offerors must provide specific information such as contractor name, contract numbers, project details, customer contacts, performance periods, and project values, along with excerpts from relevant documentation to substantiate their submissions. The document emphasizes the importance of providing comprehensive evidence that aligns with defined project category criteria to support claims made within the proposals. Offerors are expected to articulate the rationale behind their submitted experiences, referring to document references and specific headings for validation within the proposal. This structured template aims to facilitate a clear evaluation process by government agencies, ensuring that submissions adequately demonstrate qualifications and relevant experience for awarded contracts in alignment with federal and local guidelines.
    The file outlines the Request for Proposal (RFP) for the Western-Range Operational Ordering Contract for Infrastructure Enhancement (WOOKIE) at Vandenberg Space Force Base. This solicitation is specifically targeted at 8(a) Business Development program participants, with a total contract ceiling of $562.5 million and task order values ranging from $2,000 to $25 million. The contract aims to establish up to five Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for construction services requiring performance bonds. Key aspects include a minimum guarantee of $2,000 for contracts awarded, a detailed Statement of Work (SOW) guiding the tasks, and the procedures for on-ramping and off-ramping contractors based on performance. A pre-proposal conference is scheduled for November 19, 2024, to discuss further specifics. The document specifies contractual obligations, performance expectations, and various clauses relevant to federal contracting, emphasizing the importance of compliance and quality in the execution of required services. Overall, the solicitation reflects the government's strategy to enhance infrastructure through competitive opportunities for small, qualified businesses while maintaining rigorous oversight of contract performance.
    Similar Opportunities
    Substation Maintenance Services Vandenberg Space Force Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Substation Maintenance Services at Vandenberg Space Force Base in California. This procurement aims to secure comprehensive maintenance services for nine substations and one meter yard, ensuring operational continuity and compliance with federal regulations during both routine operations and emergencies. The contract, set aside for small businesses under NAICS code 237130, has a total funding amount of $45 million and requires proposals to be submitted by October 31, 2024, with a pre-proposal conference scheduled for October 15, 2024. Interested parties should contact Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil for further details.
    FY26 MACC for Shaw AFB, SC
    Active
    Dept Of Defense
    The Department of Defense, through the 20th Contracting Squadron at Shaw Air Force Base, is seeking industry input for a potential Multiple Award Construction Contract (MACC) focused on a range of construction services. This opportunity aims to identify qualified contractors capable of executing various construction tasks, including new building construction, alterations, and specialty services, with an anticipated program value between $5 million and $10 million over a two-year period. The MACC will allow for task orders ranging from $2,000 to $2 million, and interested firms are encouraged to submit a detailed capabilities statement and complete the attached questionnaire by 2:00 PM (EST) on October 24, 2024. For further inquiries, interested parties may contact SSgt Shaun Gann at shaun.gann@us.af.mil or 803-895-5349, and 2d Lt Mallory Cary at mallory.cary@us.af.mil or 803-895-5344.
    FY25 Multiple Award Construction Contract (MACC) recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Multiple Award Construction Contract (MACC) recompete at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract encompasses a wide range of construction services, including earthwork, infrastructure development, and various specialty contracting tasks, aimed at enhancing military facilities through effective project management and compliance with federal regulations. The government intends to award contracts to a minimum of five small businesses, with a total estimated contract ceiling ranging from $250 million to $500 million, and individual seed projects valued between $100,000 and $250,000. Interested contractors must submit their proposals electronically by November 4, 2024, and can direct inquiries to Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
    Multiple Award Construction Contract (MACC), Moody AFB
    Active
    Dept Of Defense
    The Department of Defense is soliciting proposals for a Multiple Award Construction Contract (MACC) at Moody Air Force Base in Georgia, with a total estimated value not to exceed $150 million. This procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for general construction tasks, including maintenance, repair, and minor construction projects across various military installations in Georgia and Florida. The government intends to award nine contracts specifically targeting small businesses, including 8(a) and HUBZone firms, to ensure broad participation and competition. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the first task order guaranteed at $250 to each awarded contractor. For further inquiries, potential offerors can contact Amanda Richardson at amanda.richardson.13@us.af.mil or Brittany K. Richardson at brittany.richardson.8@us.af.mil.
    Multiple Award Construction Contract (MACC), Moody AFB
    Active
    Dept Of Defense
    The Department of Defense, through the 23rd Contracting Squadron, is seeking qualified contractors for a Multiple Award Construction Contract (MACC) at Moody Air Force Base and associated locations in Georgia and Florida. This procurement involves the acquisition of multi-disciplined construction services, including design-build and bid-build projects, with a focus on maintenance, repair, alterations, and various construction tasks. The government intends to award nine contracts specifically set aside for small businesses, including 8(a) and HUBZone categories, with a total potential value not exceeding $150 million over a five-year period. Interested contractors must register in the SAM.gov database and are encouraged to contact Amanda Richardson at amanda.richardson.13@us.af.mil or 229-257-9756 for further details.
    Western Regional Multiple Award Construction Contracts (WRMACC)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to issue a Request for Proposal (RFP) for the Western Regional Multiple Award Construction Contracts (WRMACC), which will provide construction services primarily for NASA Armstrong Flight Research Center and other associated locations in California. This Indefinite Delivery Indefinite Quantity (IDIQ) contract aims to support various construction projects across Northern and Southern California, with a total estimated value of $450 million over a five-year period. Interested small businesses are encouraged to participate, as this opportunity is set aside exclusively for them, with the RFP anticipated to be released around November 1, 2024, and proposals due by December 13, 2024. For further inquiries, potential offerors may contact Cacie Carrillo at cacie.carrillo@nasa.gov or Eleonor Barron at eleonor.barron@nasa.gov before the question deadline of October 25, 2024.
    $99M California Construction MATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is soliciting proposals for a $99 million construction Multiple Award Task Order Contract (MATOC) focused on commercial and institutional building construction in California. This opportunity is set aside for small businesses, in accordance with FAR 19.5, and aims to support various construction projects that may arise within the specified region. The procurement is significant as it facilitates the development and maintenance of essential infrastructure, contributing to the operational capabilities of the Army. Interested contractors should reach out to Gilbert Coyle at gilbert.coyle@usace.army.mil or Barton Kirkpatrick at barton.t.kirkpatrick@usace.army.mil for further details, and note that the response date is pending the release of Amendment 0004, with the current amendment (Amendment 0003) issued on August 20, 2024.
    Sonic Boom Analysis Vandenberg SFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Sonic Boom Analysis Services at Vandenberg Space Force Base (VSFB) in California. The objective of this procurement is to conduct acoustic measurement studies of sonic booms generated by rocket launches, addressing public concerns and enhancing understanding of sonic boom impacts under various conditions. This initiative is crucial for ensuring safer launch operations and minimizing disturbances to the surrounding communities. Interested offerors must submit their proposals by October 30, 2024, at 12:00 PM PST, and are required to be registered with the System for Award Management (SAM). For further inquiries, potential bidders can contact Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.
    Multiple Award Construction Basic Ordering Agreement Annual Synopsis
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a Multiple Award Construction Basic Ordering Agreement (MACB) at Tinker Air Force Base (TAFB) in Oklahoma. The procurement encompasses a variety of construction projects, including repairs, renovations, and installations, with estimated project magnitudes ranging from $100,000 to $10 million. This agreement serves as a framework for general construction services, facilitating compliance with federal regulations while encouraging participation from small businesses. Interested contractors must submit their proposals, including completed experience and provision matrices, by the close of business on November 1, 2024. For further inquiries, contact Sara Hinds at sara.hinds.2@us.af.mil.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking contractors for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. The project involves the demolition of an existing hangar and the construction of a new facility designed to support the maintenance and repair of the KC-46A aircraft, accommodating approximately 300 personnel and including various administrative and maintenance spaces. This initiative is crucial for enhancing military readiness and operational efficiency, with an estimated construction cost ranging from $100 million to $250 million. Interested contractors should note that the solicitation is currently suspended, with a new proposal due date to be announced, and they can contact Lindsay Lawrence at Lindsay.B.Lawrence@usace.army.mil for further information.