Multiple Award Construction Contract (MACC), Moody AFB
ID: FA483024R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4830 23 CONS CCMOODY AFB, GA, 31699-1700, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense is soliciting proposals for a Multiple Award Construction Contract (MACC) at Moody Air Force Base, Georgia, with an estimated total value of up to $150 million. This procurement aims to address general construction requirements, including maintenance, repair, and minor construction tasks across various military installations in Georgia and Florida. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, allowing for a flexible range of task orders valued between $2,000 and $7 million, with a minimum guarantee of $250 for each awarded contractor. Interested small businesses, particularly those qualified under the 8(a) and HUBZone programs, must submit their proposals by the specified deadlines and ensure compliance with all federal regulations. For further inquiries, potential bidders can contact Amanda Richardson at amanda.richardson.13@us.af.mil or Brittany K. Richardson at brittany.richardson.8@us.af.mil.

    Files
    Title
    Posted
    The document is a consent form related to the RFP FA483024R0007, designed for subcontractors and teaming partners to authorize the release of their past and present performance information to a prime contractor. It emphasizes the necessity of consent due to the private nature of the prime contractor, which is required before assessment discussions can occur. The form must be completed by major subcontractors and included in the Past Performance Volume for evaluation by the Government’s Past Performance Evaluation Team. This consent facilitates a confidence assessment regarding the subcontractors' abilities and relevancy during the competitive bidding process for the Multiple Award Construction Contract (MACC) at Moody AFB, GA. Subcontractors are urged to understand the importance of past performance in source selections to ensure the best value acquisition for the Government. The document concludes with a request for the signature of an authorized representative of the subcontractor or teaming partner. Overall, it underscores the need for transparency and collaboration between all parties involved in the proposal process, pivotal for compliance with government contracting standards.
    The document is a Questions & Answers matrix related to RFP FA483024R0007, designed to clarify inquiries or comments regarding the Statement of Work (SOW) and design requirements associated with the solicitation. It highlights specific queries raised by potential offerors, including inquiries about submission requirements for detailed designs, and indicates whether these questions resulted in changes to the SOW or drawings. The structured format includes columns for solicitation references, the nature of each question or comment, government responses, and whether any changes were made to the original documents. This matrix serves as a vital reference to ensure transparency and alignment with the requirements set forth in the RFP, facilitating a clearer understanding of expectations for bidders and streamlining the proposal submission process. The documentation underscores the importance of clarity and thorough communication in federal procurement, ensuring all participants are adequately informed and can meet the solicitation's criteria.
    The document outlines the details for a Pre-Proposal Conference regarding the Multiple Award Construction Contract (MACC) at Moody Air Force Base, GA, scheduled for October 17, 2024. This event will include mandatory pre-registration and allow up to three representatives per company, including subcontractors. The schedule features sign-in, a conference briefing, and a site visit to the Seed Project locations. Questions related to the proposal must be submitted in writing, and responses will be posted on SAM.gov without identifying company details. Importantly, any changes to the solicitation terms require formal written amendments. The conference emphasizes collaboration among potential offerors while ensuring compliance with access protocols to the military base.
    The Moody Air Force Base Installation Guide outlines specifications for maintenance, repair, and minor construction projects necessary for multiple facilities at Moody AFB in Georgia and Avon Park AFR in Florida. The document details general requirements, work restrictions, administrative mandates, and a comprehensive project schedule essential for contractors. Key mandates include the submission guidelines for project-related documents, contractor qualifications, and communication protocols during project execution. Emphasis is placed on compliance with safety and environmental regulations, detailed documentation for project progress, and a structured approach to utility management and existing structures. The guide mandates the use of recognized scheduling methods, such as Critical Path Method (CPM), for project management while ensuring that contractors maintain high standards of quality control and safety. Overall, it serves to facilitate efficient project execution and adherence to regulatory requirements, showcasing the federal government's commitment to maintaining military facilities effectively and safely.
    The Moody Air Force Base Installation Guide Specifications outlines comprehensive building requirements for federal construction projects, specifically identified under RFP FA483024R0007. This document serves as a key reference for contractors, detailing various divisions including general requirements, fire suppression, plumbing, HVAC, electrical systems, and site improvements. Each division contains a structured table of contents that categorizes essential tasks, such as administrative compliance, construction schedules, quality controls, and environmental management. Specific attention is given to sustainability practices, safety regulations, and the handling of hazardous materials, ensuring adherence to government standards. The guide emphasizes the necessity for detailed project submissions, including shop drawings, product data, test reports, and closeout submittals, reinforcing the importance of thorough documentation throughout the construction process. This installation guide exemplifies the structured requirements and protocols necessary for successful federal construction projects at Moody AFB, aiming to ensure safety, environmental responsibility, and regulatory compliance throughout the execution of specified works.
    The Moody Air Force Base Architecture/Engineering Design Guide, published in July 2016, functions as a comprehensive resource for the planning, design, and construction of facilities on the base. It outlines standard practices and aesthetic recommendations to enhance reliability and maintainability. Since Moody AFB significantly contributes to the local economy—impacting around $448 million annually—the guide emphasizes efficiency in utilizing public resources through compliant and well-structured construction processes. Key components of the guide include construction document specifications, exterior signage standards, and design criteria that promote architectural compatibility across various facility types, such as administration, recreation, and housing areas. Specific attention is given to architectural form, materials, trim, and landscaping to maintain a cohesive aesthetic within designated visual areas. Furthermore, the guide encourages the collection of “lessons learned” to refine future projects. Overall, the guide aims to ensure all construction endeavors closely align with the base's operational needs while fostering an appealing environment that resonates with the Air Force's core values and community standards.
    The document outlines the General Statement of Work (SOW) for a Multiple Award Construction Contract (MACC) at Moody Air Force Base in Georgia. It details the scope of work involving maintenance, repair, and renovation tasks at multiple facilities, including design, labor, materials, and compliance with safety and environmental regulations. Key documents such as Task Orders (TO), design submissions at various stages (35%, 65%, 95%), and fair opportunity proposal requests (FOPR) are specified. Quality control, project management, and subcontracting capabilities are emphasized, along with responsibilities for as-built drawings and safety measures according to Army Corps standards. The contractor must also engage in preconstruction and post-award meetings to ensure effective coordination with government representatives. Furthermore, provisions for handling hazardous materials, environmental protection, and waste disposal are emphasized to meet legal and safety standards. This comprehensive framework reinforces the government's commitment to sustainable and safe construction practices while outlining the contractor's obligations and expectations throughout the project.
    The request for proposal (RFP) FA483024R0007 outlines a Multiple Award Construction Contract (MACC) for servicing various military installations in Georgia and Florida, managed by the 23d Contracting Squadron. It encompasses a range of construction tasks—including design-build and bid-build projects—spanning maintenance, repair, and minor construction efforts. The MACC is structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract lasting up to seven years, with a projected total value of $150 million. Contractor performance will be evaluated based on a Fair Opportunity Proposal Request (FOPR) process, which specifies set-asides for small businesses and includes conditions such as minimum and maximum task order values. Contractors are expected to self-perform at least 15% of the work and adhere to various reporting and bonding requirements. Additionally, the document elaborates on ordering procedures, performance evaluations, potential adjustments due to weather and working hours, and compliance with security and safety regulations at Moody Air Force Base. On-ramp and off-ramp procedures are instituted to manage contractor availability throughout the contract's duration, ensuring adequate competition and performance quality.
    The document is the Request for Proposal (RFP) detailing the requirements for the "*Lightning Protection System" project at Building 1107, Moody Air Force Base. The project involves assessing and repairing the existing lightning protection system and ensuring compliance with safety and quality standards. Key components include demolition of faulty systems, managing construction procedures around occupied buildings, and adhering to strict scheduling and reporting protocols. Included are sections outlining project specifications, stages of work, safety regulations, administrative requirements, and systems for quality control. The contractor must provide detailed submissions, including project schedules, progress reports, and documentation of equipment salvage. Furthermore, regular meetings are mandated for schedule updates and coordination between government and contractor teams to ensure project alignment and compliance. The document emphasizes adherence to timelines, communication protocols, and securing necessary permissions for construction activities. This initiative reflects the government's commitment to maintaining infrastructure integrity and safety standards throughout the project's lifespan.
    The document outlines the specifications for the installation of a Lightning Protection System (LPS) at Building 1107 as part of the RFP FA483024R0007. The project involves demolishing existing overhead ground wires, air terminals, and down-conductors, and the installation of new lightning protection poles that must adhere to NFPA 780 standards and relevant Air Force instructions. Key tasks include excavating and removing outdated grounding systems, installing new grounding electrodes and down-conductors, and ensuring proper bonding of components to avoid galvanic corrosion. The schematics emphasize the requirement for compliance with stringent safety protocols, including third-party certifications post-installation. The document serves as a comprehensive guide for contractors detailing the materials, methods, and design considerations for effectively implementing an efficient lightning protection system, crucial for safeguarding structures housing explosive materials. This initiative reflects the government's commitment to safety and adherence to national standards in infrastructure projects.
    The project RPR, Lightning Protection System at Multi FAC Building 1108 located at Moody Air Force Base, GA, is detailed under RFP FA483024R0007. This initiative addresses the replacement of flawed components in the existing lightning protection system, requiring demolition and inspection services. The project mandates strict adherence to government procedures, including preconstruction submittals and a detailed project schedule. Key activities include obtaining permits for excavation, tracking existing utilities, and managing work around occupied buildings. Communication and safety regulations are emphasized, with requirements for contractor qualifications, supervision, and a designated communication protocol. The contractor must submit invoices that comply with the federal payment procedures and maintain necessary insurance coverage throughout the duration of the project. The document outlines the specific phases of work, including required reports, scheduling methods, and comprehensive guidelines for managing potential delays. The intent is to ensure high-quality work while maintaining safety and operational integrity during the execution of the project. This structured approach ensures compliance with federal contracting standards and efficient project delivery at Moody AFB.
    The document outlines the specifications for the Lightning Protection System (LPS) installation at Building 1108, as part of Request for Proposal (RFP) FA483024R0007. It details the demolition requirements, including the removal of existing overhead ground wires, air terminals, and various grounding components while keeping existing poles and guy wires intact. The new installation must comply with NFPA 780 standards and other relevant codes to ensure safety, particularly for structures housing explosive materials. Key elements include the installation of new copper air terminals and down-conductors, the construction of counterpoise conductors buried underground to a specific depth, and adherence to bonding requirements to prevent galvanic corrosion. The layout includes specific dimensions for grounding electrodes and requirements for the installation and securing of components using specified materials. Additional details on construction methods and post-installation restoration of disturbed surfaces are also part of the guidelines. This comprehensive plan reflects the government's commitment to maintaining safety standards in sensitive environments.
    The document is a comprehensive submittal form related to the Request for Proposal (RFP) FA483024R0007, focusing on the installation of a Lightning Protection System for Multi-FAC Building 1108. It outlines various preconstruction submittals and requirements that contractors must adhere to, such as salvage plans, project schedules, safety protocols, and quality control plans. The submittal register includes necessary certifications, testing reports, construction plans, and compliance information that the contractor must submit for approval by the governing authority. Specific details regarding operational standards, safety documentation, and training programs are also documented, emphasizing the need for thorough oversight during the project’s execution. Overall, the file serves as a structured guideline for project implementation, ensuring adherence to federal regulations and quality assurance throughout the construction process.
    The document outlines the Request for Proposal (RFP) FA483024R0007 concerning the installation of a Lightning Protection System at Building 1109, Moody Air Force Base, Georgia. It comprises several sections detailing procurement requirements, existing conditions, construction methods, safety guidelines, cost procedures, and project scheduling. The main objective is to replace the existing lightning protection systems and mitigate damage from potential lightning strikes on the facilities. Contractors are obligated to secure government approvals for submittals and maintain adherence to strict working hours and safety regulations throughout the project duration. Key requirements include thorough documentation for inspections, a comprehensive salvage plan for existing materials, and detailed scheduling for compliance and payment purposes. The use of advanced scheduling software and regular updates is mandated to ensure project progress aligns with contract specifications. This RFP highlights the government's commitment to safety, infrastructure resilience, and compliance with regulatory standards during construction.
    The document pertains to the proposal for the construction of a new Lightning Protection System (LPS) at the MAFB Project, specified in RFP FA483024R0007. It contains detailed drawings and instructions for the demolition of existing systems and the installation of a new system, following the latest NFPA and UL standards. Key tasks for the contractor include removing current overhead ground wires and air terminals, installing new poles with air terminals, and extensive grounding processes involving grounding electrodes and counterpoise conductors. The plan includes ensuring all components are compatible to avoid galvanic corrosion, and it mandates third-party certification upon completion. Additional guidelines specify the installation heights, materials, and bonding requirements for wires and poles. This document illustrates the necessary steps and standards for completing a compliant and effective lightning protection system, highlighting the importance of safety and structural integrity in military infrastructure projects. Ultimately, this undertaking showcases the government's dedication to maintaining rigorous safety standards in facilities housing explosive materials.
    The document serves as a comprehensive submittal form for the RPR, Lightning Protection System Multi Facility project under contract number FA483024R0007. It outlines preconstruction submittal requirements, including various safety, environmental, and quality control plans, such as a Salvage Plan, Construction Waste Management Plan, and Accident Prevention Plan. The form categorizes submissions into sections related to construction management, safety documentation, testing reports, and product data. It stresses the need for detailed documentation to ensure compliance with government standards and successful execution of the project. Key components include certifications, contact lists, construction site plans, testing methodologies, and operational manuals necessary for project oversight. The document indicates strict guidelines for assessments and certificates related to materials like concrete, reinforcement steel, and coatings. Additionally, it necessitates plans for dewatering and disposal of construction-related waste. Overall, this submittal form reflects the government's commitment to maintaining stringent safety and quality benchmarks in federally funded construction projects.
    The document outlines the Request for Proposal (RFP) FA483024R0007 for the installation of a Lightning Protection System at Multi Facility Building 1121 located at Moody Air Force Base, GA (QSEU 23-0118). It includes specifications on procurement, contracting, project schedule, general requirements, and quality control. Key components of the project involve demolishing and replacing faulty components of the existing lightning protection system. Contractors are required to coordinate with the government, manage safety and operational procedures, and submit various documentation for approval, including project schedules and invoices. The project emphasizes compliance with safety regulations and requires contractors to submit detailed schedules highlighting major milestones and progress, leveraging critical path methods for efficiency. Specific attention is given to managing work around occupied buildings, utility interruptions, and potential salvage of materials. The process includes strict government oversight, necessitating regular updates and meetings to ensure adherence to project timelines and budget constraints. By facilitating a structured approach, the project aims to enhance the safety and functionality of the facilities at Moody AFB while ensuring compliance with federal contracting procedures.
    The file outlines the specifications and requirements for the installation of a lightning protection system at Building 1121, associated with the RFP FA483024R0007. It details the necessary demolition of existing lighting protection infrastructure, including the removal of overhead ground wires, air terminals, and down-conductors. The contractor is instructed to follow the latest standards established by NFPA, UL, and Air Force instructions, ensuring compliance with safety protocols, particularly for structures housing explosive materials. Design aspects include the installation of new copper air terminals, grounding electrodes, and counterpoise conductors, along with their specific configurations and bonding requirements. Important provisions emphasize using bi-metallic components to prevent corrosion and proper bonding techniques for overhead wires and grounding systems. The document specifies that the contractor must verify site conditions and dimensions, as well as perform necessary excavations and installations with minimal disruption to existing structures. The purpose of this document lies in securing reliable safety measures for the installation of a lightning protection system, illustrating the federal government's commitment to infrastructure safety and regulatory compliance in the execution of public works projects.
    The document serves as a submittal form for the RPR, Lightning Protection System Multi FAC Building 1121 project, focusing on regulatory compliance and safety management for construction activities. It outlines required preconstruction submittals, including a salvage plan, a list of contact personnel, and various progress and completion documentation. Key features include construction site plans, accident prevention measures, quality control plans, and testing reports for construction materials. Additionally, it details specific certifications such as crane operator qualifications, backflow preventer testing, and compliance with local regulations. The submittal register tracks the approval status of various submissions from the contractor, ensuring organized communication with approving authorities. This structured approach aims to facilitate adherence to safety standards and project timelines, highlighting the importance of comprehensive planning and documentation in government contracting processes. Overall, the document underscores the necessity for meticulous submission records and project management practices within the context of federal and state RFPs for construction projects.
    The Construction Cost Estimate document outlines the required structure and calculations for constructing a project at Moody Air Force Base, Georgia, using the Construction Specifications Institute (CSI) format. Contractors are instructed to complete the cost estimation by filling in data across several divisions, including General Requirements, Existing Conditions, and Concrete Work, with specific percentages indicating budget allocations. Those divisions not detailed can remain blank with optional suggestions added by contractors. The formula includes adjustments for different overhead and profit rates for subcontractors, as well as provisions for instances where the prime contractor self-performs work. The document emphasizes clarity in the estimating process, where various labor, material, subcontractor costs, and additional expenses like sales tax are systematically tabulated. The sections accommodate necessary details on overhead, profit percentages, and the total contract amount, forming a comprehensive cost assessment. Adherence to this template ensures compliance with federal and state guidelines for public sector contracting and grants, reflecting the government's structured approach to facilitating and managing procurement for construction projects.
    The document outlines wage determinations related to highway construction projects in several counties of Georgia under General Decision Number GA20240066, dated September 20, 2024. It emphasizes compliance with the Davis-Bacon Act, which mandates minimum wage rates for workers. For contracts entered into or renewed after January 30, 2022, contractors are required to pay at least $17.20 per hour, in alignment with Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $12.90 per hour under Executive Order 13658, provided that the contract is not extended thereafter. The document stresses the annual adjustment of the applicable minimum wage rates and outlines the necessity for contractors to submit conformance requests for any worker classifications not listed on the wage determination. This ensures adherence to federal labor standards and worker protections throughout these construction projects, highlighting federal initiatives to maintain wage equity in publicly funded contracts.
    The document is a wage determination for heavy construction projects in several counties in Georgia, under General Decision Number GA20240290, effective January 5, 2024. It outlines the minimum wage rates that contractors must pay, adhering to the Davis-Bacon Act and related Executive Orders. For contracts initiated on or after January 30, 2022, the minimum wage is set at $17.20 per hour, or relevant higher rates. Contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour, contingent upon no extensions post-January 30, 2022. Wage classifications include specific rates for various roles such as carpenters, electricians, and laborers, with additional provisions for unlisted classifications. The document also explains worker protections, including requirements for paid sick leave under Executive Order 13706, and details processes for appealing wage determinations or classifications. It emphasizes compliance with federal regulations for worker pay and proper contract execution, ultimately ensuring fair labor standards in public construction projects. This information is crucial for contractors bidding on federal and state projects, ensuring adherence to wage laws and worker protections.
    The document outlines the wage determination for construction projects in Georgia under the Davis-Bacon Act, specifically for building construction not including single-family homes or low-rise apartments. It applies to various counties, including Brooks, Echols, Lanier, and Lowndes. Contractors must adhere to minimum wage requirements based on the date of the contract and specific executive orders. For contracts awarded or renewed on or after January 30, 2022, the minimum wage is $17.20 per hour under Executive Order 14026. Contracts from January 1, 2015, to January 29, 2022, are subject to Executive Order 13658, requiring a minimum wage of $12.90 per hour. The document emphasizes the need for adherence to applicable wage rates and requirements for worker protections under these executive orders. It also advises contractors to submit conformance requests if necessary classifications for the work are not listed in the wage determination. The file serves as a resource for federal contractors ensuring compliance with wage regulations and protections for workers involved in public construction projects.
    The document labeled RFP Atch 5b(i) FA483024R0007 pertains to a Request for Proposal (RFP) issued by the federal government, outlining specific project requirements and objectives for potential contractors. The main focus is on inviting bids for services or solutions that fulfill the identified needs, aligning with federal standards and criteria. It delineates the scope of work, eligibility criteria for bidders, proposal submission guidelines, evaluation metrics, and contractual obligations. Key points include the specification of deliverables expected from the selected contractor, deadlines for proposal submissions, and the importance of compliance with federal regulations throughout the project. The document emphasizes transparency in the bidding process and the necessity for bidders to demonstrate their qualifications and relevant experience. Overall, this RFP serves as a formal mechanism to solicit competitive proposals for government contracts, ensuring that projects are completed effectively and efficiently while upholding legal and regulatory standards. It reflects the government's dedication to fostering fair competition and obtaining the best value for taxpayer resources. The document's structure systematically presents all required information, facilitating a clear understanding for prospective bidders.
    The document outlines the minimum wage rates and classifications associated with highway construction projects in Georgia, effective January 5, 2024. It specifies that contracts subject to the Davis-Bacon Act must adhere to wage rates set by Executive Orders 14026 and 13658. For contracts initiated on or after January 30, 2022, the minimum wage is at least $17.20 per hour, while projects awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. A range of classifications and corresponding wage rates for various labor positions in highway construction, such as carpenters, laborers, and truck drivers, is provided, alongside details regarding appealing wage determinations. This document serves as a crucial reference for contractors in understanding wage compliance and labor standards when bidding or executing federally funded highway projects, ensuring fair compensation for workers under the Davis-Bacon Act.
    The document outlines the General Wage Decision Number GA20240060 for heavy construction projects in Georgia, effective July 26, 2024. It specifies the wage rates applicable to various classifications of workers, particularly for projects involving water and sewer lines, treatment plants, and industrial sites across multiple counties. The document reflects adherence to the Davis-Bacon Act and outlines the minimum wage requirements based on recent Executive Orders—Executive Order 14026 mandates a minimum wage of $17.20 per hour for contracts entered into or renewed after January 30, 2022, whereas Executive Order 13658 applies to contracts awarded between January 1, 2015, and January 29, 2022, setting a minimum of $12.90. Wage determinations for different crafts like electricians, carpenters, and laborers are detailed with specific rates and benefits. The document also explains the process for wage determination appeals and the classification of rates—union, survey, union average, and state adopted rates. This structure supports government compliance within the context of federal and local funding projects, promoting fair labor standards in public works contracting.
    The document FA483024R0007 outlines a Request for Proposal (RFP) issued by the federal government, focused on acquiring services related to a specific project. The primary objective is to solicit proposals from qualified vendors that can meet the outlined service requirements efficiently and effectively. Key components of the RFP include detailed specifications of the expected deliverables, project timelines, and evaluation criteria for proposals. The document emphasizes the importance of compliance with federal regulations and standards, requiring bidders to demonstrate their capability and experience in similar projects. It includes guidelines for submission, including deadlines and required documentation, ensuring that all potential bidders have a clear understanding of the proposal process. Additionally, the RFP highlights the necessity for competitive pricing and quality assurance measures, reflecting the government's aim to obtain the best value for taxpayers. This initiative aligns with broader federal efforts to enhance operational efficiency and transparency in public contracting practices. Overall, the RFP serves as a critical mechanism for the government to engage with the private sector, fostering opportunities for businesses while ensuring accountability and service quality in public procurement.
    The document FA483024R0007 outlines a Request for Proposal (RFP) issued by a federal agency, initiating a procurement process for unspecified services or products. The RFP highlights key eligibility criteria for potential bidders, including compliance with federal regulations and capability to meet the project's specific needs. It details the proposal submission format and evaluation metrics, emphasizing the importance of cost-effectiveness alongside quality of service. The RFP also outlines deadlines for submissions, including a deadline for inquiries and the final submission date, ensuring transparency in the evaluation process. Additionally, it includes provisions for preference towards small businesses and disadvantaged vendors, reflecting the government’s intent to promote inclusive economic opportunities. The main purpose of this RFP is to solicit competitive bids to support the agency’s operational requirements effectively while aligning with federal procurement goals that prioritize efficiency and accountability. This document thereby serves as a critical tool in the federal contracting lifecycle, guiding interested vendors through the bidding process.
    The document outlines wage determinations for heavy construction projects in Polk County, Florida, under General Decision Number FL20240131, effective July 12, 2024. It explains the applicability of Executive Orders 14026 and 13658 to contracts related to the Davis-Bacon Act, emphasizing minimum wage rates for covered workers based on contract start dates. Workers must be paid at least $17.20 per hour if the contract begins on or after January 30, 2022, or $12.90 for contracts awarded between January 1, 2015, and January 29, 2022, unless a higher rate is specified. The document lists various job classifications and their corresponding wage rates, including positions such as power equipment operators, ironworkers, laborers, and painters, among others. It also provides guidelines for requesting employee classification conformance and outlines the appeals process for disputes regarding wage determinations. This information is critical for contractors, ensuring compliance with federal wage standards and protecting workers' rights in governmental construction projects.
    The document is a wage determination issued for construction projects in Polk County, Florida, specifically governed by the Davis-Bacon Act and related laws. It outlines minimum wage requirements for various construction-related classifications, which are set under Executive Orders 14026 and 13658. For contracts beginning or renewed after January 30, 2022, the minimum wage must be at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must adhere to a $12.90 per hour minimum unless otherwise stated. The document details various wage rates and fringe benefits for specific occupations such as electricians, asbestos workers, and laborers, indicated alongside their classifications. Additionally, it explains the appeals process for any wage determinations and outlines the method for adding unlisted classifications as needed post-award. The information ensures compliance with federal wage laws and provides guidance for contractors and workers in the construction sector, highlighting the federal commitment to fair labor standards in publicly funded construction projects.
    The RFP FA483024R0007 seeks proposals for the provision of specialized services to meet the operational needs identified by the government agency. The main objective is to contract a qualified vendor who can deliver effective solutions within specified timelines and budgetary constraints. Key elements of the RFP outline the scope of work, including detailed deliverables, performance metrics, and compliance with federal regulations. The document emphasizes the importance of vendor qualifications, requiring demonstrable experience and a proven track record in similar projects. It also highlights evaluation criteria to assess proposals, which include technical and financial feasibility, past performance, and innovative approaches to service delivery. The RFP serves as a formal solicitation for bids, intending to ensure transparency and fairness in the procurement process while enabling the government to select a vendor that best aligns with its mission and objectives. This process exemplifies the government's commitment to responsible spending and effective program implementation across federal, state, and local levels.
    This document outlines General Decision Number FL20240093, relating to heavy construction projects in Highlands County, Florida, and establishes wage determinations required under the Davis-Bacon Act. It specifies that contracts entered after January 30, 2022, must pay a minimum of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, not renewed afterwards, must pay at least $12.90 per hour in 2024. The document highlights classifications and wage rates for various labor types, including painters, laborers, operators, and truck drivers, with specific rates listed adjoining fringe benefits. It emphasizes compliance with Executive Orders related to wage rates and sick leave provisions for federal contractors. The appeal process for wage determination decisions is also described, detailing steps for review and reconsideration through the Department of Labor. This document serves as a crucial reference for contractors working on federally funded projects, ensuring that wage standards are met while demonstrating the government's commitment to worker protection and fair compensation in construction projects.
    The document outlines wage determinations for building construction projects in Highlands County, Florida, under the jurisdiction of the Davis-Bacon Act. It specifies minimum wage requirements based on two Executive Orders: Executive Order 14026 mandates a minimum wage of $17.20 for contracts initiated or extended after January 30, 2022, while Executive Order 13658 ensures a minimum of $12.90 applies to contracts awarded between January 1, 2015, and January 29, 2022, if not renewed after January 30, 2022. Additionally, the document provides detailed classifications of workers and their corresponding wage rates along with fringe benefits. Rates cover various trades such as electricians, plumbers, and heavy equipment operators, with specific notes on union rates and state-adopted rates. It also mentions the enforcement of paid sick leave under Executive Order 13706 for federal contractors. The summary serves to inform potential contractors of their wage obligations, compliance requirements with federal regulations, and the necessary classifications relevant to their construction projects. Understanding these rates and regulations is crucial for fulfilling contract requirements in federally funded projects, ensuring proper compensation for workers, and adhering to labor standards.
    The memorandum from the 23d Security Forces Squadron at Moody Air Force Base outlines the pre-proposal procedures for a Multiple Award Construction Contract. It requests entry approval for specified contractor personnel to access the base for a pre-proposal conference and site visit on October 17, 2024, during Force Protection Condition (FPCON) Bravo. The associated contract number is FA483024R0007, impacting various locations, including buildings B1107, B1108, B1109, and B1121. The document includes personal details of the individuals requiring access, as well as contact information for the point of contact, Amanda Richardson, and an alternate, Brittany Richardson. The entry request expires on the same day as the visit. The document emphasizes adherence to security protocols and the need for background checks, ensuring all visitors comply with base regulations.
    The document details the Past/Present Performance Questionnaire (PPQ) for RFP FA483024R0007 related to the Multiple Award Construction Contract (MACC) program at Moody Air Force Base, Georgia. It is designed to evaluate the performance of contractors bidding for construction services encompassing a variety of projects such as design-build, maintenance, and minor construction work. The PPQ aims to gather factual and accurate responses from evaluators to assist the 23rd Contracting Squadron in assessing contractor performance effectively. The questionnaire includes multiple evaluation categories, such as Project Management, Technical Performance, Safety Compliance, Customer Satisfaction, Change and Cost Control, Quality Control, and Overall Contract performance. Each category has specific criteria rated on a scale from Exceptional to Unsatisfactory, accompanied by sections for elaborating on ratings. The emphasis throughout is on detailed responses to avoid follow-up queries and ensure accurate assessment for awarding the contract. Additionally, evaluators are instructed to submit completed questionnaires via email rather than returning them to the contractor to maintain confidentiality. This structured approach reflects the government’s focus on thorough evaluation in competitive acquisition processes.
    The document is an attachment to RFP FA483024R0007, focusing on providing Past Performance Information (PPI) concerning previous contracts or programs from prospective offerors. It requests detailed information for each contract submitted, including the offeror's name, contract specifics (such as agency, number, type, and value), descriptions of efforts taken as prime or subcontractor, completion dates, primary customer contacts, and key personnel involved. Offerors are advised to outline their performance, including management of challenges, methods for handling simultaneous contracts, and personal assessments of past performance. The emphasis is on demonstrating relevant experience and problem-solving capabilities for the current acquisition, adhering to the proposal instructions outlined in the RFP. This document is critical for evaluating the company's ability to handle future federal contracts while maintaining a focus on accountability and performance assessment.
    The document outlines a sample client authorization letter intended for companies responding to a Request for Proposal (RFP) from the Department of the Air Force for a Multiple Award Construction Contract at Moody AFB, GA. The primary focus is to facilitate the Government's Past Performance Evaluation Team in assessing the submitting company's past performance on relevant commercial contracts. The letter serves as a formal request for clients to participate in the evaluation process, indicating their willingness to provide feedback on the company’s previous work. Specific details include identifying a point of contact within the client organization and providing their contact information for any inquiries related to the company's services. This authorization is essential for validating the contractor’s capabilities and supporting the evaluation of their performance in the context of the RFP process, reflecting the government's emphasis on past performance to ensure best value in contract awards.
    The document outlines a federal Request for Proposal (RFP) for a Multiple Award Construction Contract (MACC) at Moody Air Force Base, targeting several locations in Georgia and Florida. The estimated total contract value is up to $150 million, with a performance period of five years plus two optional years. Bidders must provide task orders for diverse construction services, including but not limited to maintenance, repair, and minor construction across various trades. This solicitation emphasizes competition among small businesses, specifically targeting those qualified under the 8(a) and HUBZone programs. A minimum task order of $250 will be guaranteed to each awarded contractor, with individual task orders expected to range from $2,000 to $7 million. Contractors must comply with various procurement regulations, performance codes, and labor standards throughout the project. The document serves to formally invite qualified contractors to submit their bids while outlining the requirements, performance metrics, and compliance measures necessary to ensure accountability and successful project execution. Overall, it illustrates the government’s commitment to engaging with small businesses while fostering a transparent and competitive bidding process.
    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 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.
    GENERAL CONSTRUCTION - MULTIPLE AWARD TASK ORDER CONTRACT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Multiple Award Task Order Contract (MATOC) for general construction projects at Maxwell Air Force Base and associated sites in Alabama. This procurement aims to establish a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a range of construction services, including design, repair, alteration, and demolition of facilities, with a total contract ceiling of $19,999,031.25. The selected contractors will be responsible for executing various task orders that may involve multiple disciplines in construction and design, reflecting the government's commitment to enhancing infrastructure while ensuring compliance with safety and environmental regulations. Proposals are due by 12:00 PM local time on September 13, 2024, and interested parties must ensure they are registered in the System for Award Management (SAM) and meet the small business eligibility criteria. For further inquiries, contact Dartamien "Dee" Brown at dartamien.brown.1@us.af.mil or Shamekia Williams at shamekia.williams.1@us.af.mil.
    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, with the aim of awarding contracts to a minimum of five small businesses for a base year plus six optional one-year periods, and a potential six-month extension. The estimated contract ceiling ranges from $250 million to $500 million, with individual seed projects valued between $100,000 and $250,000. Interested contractors must submit their proposals electronically, adhering to strict guidelines and deadlines, with a mandatory site visit scheduled for September 24, 2024. For further inquiries, contact Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
    Potential New Construction Work
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to respond to a Sources Sought notice for a Firm-Fixed-Price, Indefinite Delivery Indefinite Quantity Job Order Contract (JOC) for new construction work at Fort Moore, Georgia. The contract aims to support the Department of Public Works by providing construction, repair, maintenance, and demolition services across various facilities, with a total estimated value not to exceed $50 million over a five-year period. Interested firms are encouraged to submit their capabilities and relevant experience, as the procurement is set aside for small businesses, including those in various socioeconomic categories. Responses are due by 12:00 PM Central Daylight Time on October 24, 2024, and should be directed to the designated contacts, Deidra Hicks and Christopher Weber, via email.
    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.
    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 costs ranging from $100,000 to $10 million, depending on the specific project. These projects are crucial for maintaining and upgrading the facilities at TAFB, ensuring operational readiness and safety. Interested contractors can reach out to Sara Hinds at sara.hinds.2@us.af.mil for further details and to express their interest in participating in this opportunity.
    FY25 South Carolina MATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a Sources Sought notice for the FY25 South Carolina Multiple Award Task Order Contracts (MATOC) aimed at construction services to support the McEntire Joint National Guard Base in Eastover, South Carolina. The procurement seeks to identify small business concerns, including 8(a), HUBZone, Small Disadvantaged Business, and Service-Disabled Veteran-Owned Small Businesses, capable of performing a range of construction tasks such as renovations, HVAC installations, plumbing, and site work, with individual task orders valued between $2,000 and $7.5 million. Interested firms must demonstrate their qualifications and experience in similar projects, and submissions are due by the specified deadline, with a total contract value not exceeding $49.5 million over a potential five-year period. For further inquiries, contact 2Lt Badri Francis at badri.francis.1@us.af.mil or Jonathan Bailey at jonathan.bailey.28@us.af.mil.
    IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF GENERAL BUILDING CONSTRUCTION AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CALIFORNIA, ARIZONA, NEVADA, UTAH, COLORADO, AND NEW MEXICO
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on new construction, renovation, and repair of general building construction at various government installations across California, Arizona, Nevada, Utah, Colorado, and New Mexico. The procurement aims to identify potential contractors with relevant experience in commercial and institutional building construction, specifically targeting Small Business Administration (SBA) certified 8(a), HUBZone, Women-Owned, and Service-Disabled Veteran-Owned businesses. The total estimated contract value is $1 billion, with task orders ranging from $4 million to $35 million, and the performance period spans a base of two years with an option for three additional years. Interested parties must submit their qualifications and relevant project experience by 2:00 p.m. Pacific Time on October 8, 2024, to Shane Mahelona at shane.k.mahelona.civ@us.navy.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 facilitate a variety of construction and design-build projects over a five-year base ordering period, with the potential for two additional two-year option periods. The total maximum value of the contracts is capped at $150 million, with a guaranteed minimum of $750. Interested contractors must submit their proposals by the extended deadline of October 4, 2024, and can direct inquiries to primary contacts Zeynep Selamoglu or Wiktor Kedzierzawski via their provided email addresses.
    IDIQ Roofing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) roofing project at Fort Stewart and Hunter Army Airfield in Georgia. This procurement involves maintenance and repair of roofing systems, including installation of various roofing types such as EPDM, TPO, PVC, and metal, along with associated carpentry, insulation, caulking, and asbestos removal tasks. The project is significant, with an estimated value between $10 million and $25 million, and is exclusively set aside for Historically Underutilized Business Zone (HUBZone) participants. Interested contractors must register in the System for Award Management (SAM) and are encouraged to monitor the SAM website for updates, with the official solicitation expected around October 14, 2024, and bids due by November 19, 2024. For further inquiries, contractors can contact MSG Kassandra Robinson at kassandra.n.robinson.mil@army.mil or CPT Shavon Holman at shavon.v.holman.mil@army.mil.