Joint Base Andrews and Joint Base Anacostia-Bolling MACC Synopsis
ID: FA2860-24-S-0001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (C1QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Special Notice DEPT OF DEFENSE is seeking subcontracting opportunities for Multiple Award Construction Contract (MACC) projects at Joint Base Andrews, Maryland and Joint Base Anacostia Bolling, Washington D.C. The MACC vendor contact list is for the period of 10 May 2024 - 9 May 2025. There are currently twenty-five (25) active contractors. The primary point of contact is SSgt Harris, who can be contacted at jeffrey.harris.22@us.af.mil, for future subcontracting opportunities.

    Point(s) of Contact
    Ms. Hunt (Small Business Professional)
    juanita.hunt.2@us.af.mil
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 8(a), HUBZone, and Small Businesses, with a total maximum value of $150 million over a five-year period. Interested contractors must register in the SAM.gov database and are encouraged to contact Amanda Richardson or Brittany K. Richardson for further details, as the solicitation will be issued electronically with no paper copies available.
    Joint Base Anacostia-Bolling Vehicle Barriers Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the maintenance of vehicle barriers at Joint Base Anacostia-Bolling (JBAB) and the Air Force Memorial. The contractor will be responsible for providing all necessary personnel, equipment, and services to ensure preventive maintenance, inspection, and minor repairs of the vehicle barrier systems, which are critical for maintaining security at military installations. This opportunity is a Total Small Business Set-Aside, with a contract duration starting from September 30, 2024, to September 29, 2025, and includes four optional extension years, potentially extending the contract to March 29, 2030. Interested parties must submit their proposals by September 13, 2024, and may contact James Carnes at james.carnes.2@us.af.mil or Pa'Shonna Rich at pashonna.rich@us.af.mil for further information.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified small businesses to participate in a Sources Sought notice for a Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services across Marine Corps Installations in North Carolina, South Carolina, and Georgia. The objective is to identify capable contractors who can manage multiple concurrent task orders involving a range of projects, including new construction, demolition, and renovation of various facilities, with an estimated total contract value not exceeding $975 million over five years. Interested firms must demonstrate relevant experience through completed projects, with specific bonding capacity requirements and a focus on prime contractor roles, and must submit their responses by September 12, 2024, to James Godwin at james.a.godwin41.civ@us.navy.mil.
    $175M MATOC for Maintenance, Repair, Construction and Incidental Design Work on JBLM, WA and Sub-Installations
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified prime contractors for a potential $175 million Multiple Award Task Order Contract (MATOC) focused on maintenance, repair, construction, and incidental design work at Joint Base Lewis McChord (JBLM) and its sub-installations in Washington. The MATOC aims to support general construction activities, including renovations, repairs, and environmental abatement, with task orders expected to range from $250,000 to $7 million and an average project duration of six months to two years. This opportunity is particularly significant as it falls under the 8(a) program, meaning only eligible 8(a) firms will be considered for award, and interested parties must submit their letters of interest by 1:00 p.m. local time on October 4, 2024, to Contract Specialist John McGuire at john.e.mcguire@usace.army.mil.
    Multiple Award Construction Contract Incirlik Air Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Multiple Award Construction Contract (MACC) at Incirlik Air Base in Turkiye. This procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support a variety of construction and design-build projects, with the potential to award up to eight contracts and include four Offerors in the On-Ramp Pool. The contract will have a five-year base ordering period with two additional two-year option periods, and the total maximum expenditure is capped at $150 million, with a guaranteed minimum of $750. Interested contractors must submit their proposals by the extended deadline of September 27, 2024, and can reach out to primary contacts Zeynep Selamoglu or Wiktor Kedzierzawski for further information.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    KANTO PLAINS MINI-MACC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking contractors for the Kanto Plains Mini-MACC project, which involves a Small Magnitude Size Design-Bid-Build (DBB) Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for various construction projects in the Kanto Plains Operational Area, Japan. The selected contractor will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment for a range of tasks including repairs, alterations, and demolition of shore facilities, with an estimated total value of up to $49 million over five years. This procurement is critical for maintaining and upgrading U.S. Government installations, ensuring operational readiness and safety. Interested contractors should contact Brian Grant at brian.d.grant12.civ@us.navy.mil or John Mack at john.e.mack5.civ@us.navy.mil for further details, with task orders expected to range from $3,000 to $25 million, and the seed project requiring commencement within 15 days of the Notice-to-Proceed.
    KC-46A Additions and Alterations (ADAL) Apron and Hydrant Fueling Pits at MacDill AFB, FL
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, is soliciting proposals for the KC-46A Additions and Alterations (ADAL) project, which involves the construction of apron and hydrant fueling pits at MacDill Air Force Base in Florida. This procurement aims to enhance the operational capabilities of the KC-46A aircraft by providing necessary fueling infrastructure, which is critical for maintaining efficient air operations. The project falls under the NAICS code 237310, focusing on highway, street, and bridge construction, and is categorized under the PSC code Z2BD for the repair or alteration of airport runways and taxiways. Interested contractors can reach out to primary contact Leigh Dedrick at leigh.a.dedrick@usace.army.mil or by phone at 251-441-5519, or secondary contact Kyle Rodgers at KYLE.M.RODGERS@USACE.ARMY.MIL or 251-690-3356 for further details.
    Y--Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the North Florida/South Georgia Area of Responsibility
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, Naval Facilities Engineering Command Southeast (NAVFAC SE) for a Design-Build (DB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) in the North Florida/South Georgia area. The contract is a total small business set-aside and will be awarded to approximately 5 contractors. The contract has a maximum value of $99,000,000 over the base year and four option periods. The work includes general construction projects such as aviation and aircraft facilities, marine facilities, barracks and personnel housing facilities, administrative facilities, warehouses and supply facilities, training facilities, personnel support and service facilities, security level facilities, and abatement and handling of hazardous/regulated materials. The source selection method is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. The solicitation will be available for download from FedBizOpps website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    Re-acquisition of Multiple Award Construction Contract (MACC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Re-acquisition of a Multiple Award Construction Contract (MACC) to support the Kaiserslautern Military Community at Ramstein and Spangdahlem Air Bases in Germany. This procurement aims to establish an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for a variety of construction projects, including design-build, maintenance, and renovation tasks, with an estimated program value of $950 million over a nine-year period. The contract will be awarded to the Highest Technically Rated Offerors (HTRO) who meet the Minimum Technical Threshold Rating (MTTR), emphasizing the importance of contractor qualifications and past performance in the evaluation process. Interested contractors must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to receive notifications and submit proposals, with the anticipated RFP release date on or about October 24, 2024, and proposals due by November 25, 2024. For further inquiries, contractors can contact Aubreeana Taylor at aubreeana.taylor@us.af.mil or Rebecca Berry at rebecca.berry.1@us.af.mil.