FY 24 Multiple Award Construction Contract (MACC) Recompete
ID: FA440723R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4407 375 CONS LGCSCOTT AFB, IL, 62225-5015, USA

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    Solicitation Notice: DEPT OF DEFENSE is seeking a Multiple Award Construction Contract (MACC) for the repair or alteration of miscellaneous buildings at Scott Air Force Base, Illinois. This contract is set aside for small businesses and will result in at least ten contract awards. The contract includes a two-year base period with three two-year option periods. The minimum guarantee per awardee is $500, and the sample project magnitude is between $1,000,000 and $5,000,000. The total aggregate ceiling value of the contract is $90,000,000. The government reserves the right to award fewer or more contract awards than the target number. Amendments have been made to clarify submittal requirements, update contact information, extend due dates, and clarify bonding requirements. The proposal due date has been extended to 11 OCT 2023.

    Files
    Title
    Posted
    Similar Opportunities
    FY25 Multiple Award Construction Contract (MACC)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is initiating a presolicitation for the FY25 Multiple Award Construction Contract (MACC) aimed at small businesses. This contract will focus on commercial and institutional building construction, particularly involving the repair or alteration of miscellaneous buildings at Fairchild Air Force Base in Washington. The procurement is significant as it supports the maintenance and enhancement of military infrastructure, ensuring operational readiness. Interested small business contractors can reach out to Tuyen Nguyen at tuyen.nguyen.2@us.af.mil or Richard Hedrick at richard.hedrick.2@us.af.mil for further details, with the contract set-aside under the SBA guidelines.
    Offutt AFB Multiple Award Construction Contract (MACC)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is initiating a presolicitation for the Offutt AFB Multiple Award Construction Contract (MACC), aimed at engaging small businesses for construction projects at Offutt Air Force Base in Nebraska. This contract will focus on commercial and institutional building construction, specifically involving the repair or alteration of real property. The selected contractors will play a crucial role in maintaining and enhancing the infrastructure at the base, which is vital for operational readiness. Interested parties should reach out to Michael Madison at michael.madison.2@us.af.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Multiple Award Construction Contract V - Hill AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the Multiple Award Construction Contract V (MACC V) at Hill Air Force Base in Utah. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for a variety of construction services, including design, alteration, and repair of facilities, with a maximum value of $500 million. The project is significant for enhancing military installations and includes specialized requirements such as fire suppression and sustainable building practices. Interested small businesses, particularly those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, must submit a capabilities package by March 3, 2025, with an industry day scheduled for March 12, 2025. For further inquiries, contact Rick Thomas at richard.thomas.52@us.af.mil or Greg Cypers at Gregory.cypers@us.af.mil.
    South Carolina ANG Construction MATOC
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the South Carolina ANG Construction Multiple Award Task Order Contract (MATOC) aimed at providing maintenance, repair, and construction services in support of the National Guard throughout South Carolina. This procurement is particularly focused on supporting the McEntire Joint National Guard Base in Eastover, South Carolina, and may extend to facilities of the South Carolina Army National Guard and the North Carolina Air National Guard. The MATOC will have a total ordering period of five years, with a maximum contract value of $49.5 million, reflecting the anticipated construction needs based on previous awards and planned projects. Interested contractors are encouraged to attend a virtual pre-proposal site visit on February 18, 2025, and must register by February 12, 2025, to participate; inquiries can be directed to Badri Francis at badri.francis.1@us.af.mil or Jonathan Bailey at jonathan.bailey.28@us.af.mil.
    Multiple Award Construction Contract (MACC), Joint Base Elmendorf-Richardson (JBER), AK
    Buyer not available
    The Department of Defense is seeking information from potential Prime Contractors for a Multiple Award Construction Contract (MACC) at Joint Base Elmendorf-Richardson (JBER), Alaska. This contract aims to enhance the base's civil engineering capabilities through minor construction, design-build projects, facility repairs, renovations, and possibly new construction, with tasks including utility work and airfield improvements. The anticipated contract value exceeds $10 million, with a performance period from November 22, 2026, to November 21, 2031. Interested firms must be registered in the System for Award Management (SAM) and submit a capability statement by February 21, 2025, detailing their experience and bonding capacity, with updates expected to be posted on the SAM website.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is issuing a Special Notice for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations, which includes Washington D.C., Virginia, and Maryland. This procurement aims to engage contractors for large-scale construction projects, with a maximum contract value of $8 billion, structured over a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for a variety of construction tasks, including the development of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested contractors should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or call 202-716-5845 for further details and to ensure compliance with submission requirements.
    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
    Buyer not available
    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.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Buyer not available
    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.
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
    Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is seeking qualified small businesses for a Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) valued at up to $90 million. This contract will encompass design and construction services for various projects, including new construction, rehabilitation, and maintenance of both vertical and horizontal structures across the North Atlantic Division Area of Responsibility. Task orders are expected to range from $3 million to $10 million, with a contract ordering period of five years. Interested parties should note that this is a presolicitation notice, and the Request for Proposal (RFP) will be available in early February 2025; inquiries can be directed to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.