The document outlines an "Experience Matrix" for offerors and their significant subcontractors to demonstrate their qualifications for general construction projects. This matrix requires detailed submissions of previous experience, focusing on complex projects involving sustainment, maintenance, repair, alteration/renovation, and minor construction. A key requirement is the inclusion of at least one design-build project with detailed engineering performed by licensed professionals. Offerors can submit up to five project examples, while subcontractors can provide up to three. Each submission mandates specific information, including company and subcontractor names, Cage Codes, government contract numbers, total dollar values, award and performance dates, prime or subcontractor status, customer names, and contact details for contracting and technical representatives. Additionally, a concise description of tasks performed for each project is required. The document also includes a self-certification section where the offeror attests to having permission to submit reference information and the authority to legally bind their company.
The Tinker Air Force Base (TAFB) is initiating a Multiple Award Construction Basic Ordering Agreement (BOA) Program for construction, repair, and maintenance services, including Design-Build and Construction Only projects. This program will be implemented in two phases: Phase One involves an annual competition for contractors to obtain a no-cost BOA, valid for up to five years, by demonstrating responsibility and responsiveness. Phase Two entails competitive Order Proposal Requests (OPRs) issued to qualified BOA holders for specific requirements. The NAICS Code is 236210, with a $45,000,000 size standard. Projects under $25M will be set aside for small businesses, while those over $25M will be full and open. A Pre-BOA Invitation Conference will be held, and a formal BOA Invitation will follow. Offerors must be registered in SAM.gov. The annual synopsis outlines various repair and renovation projects at TAFB, with estimated construction magnitudes ranging from under $25,000 to between $1,000,000 and $5,000,000, encompassing tasks like roof repairs, HVAC installations, restroom renovations, and generator replacements.
This document outlines required Federal Acquisition Regulation (FAR) clauses and provisions for various government solicitations and contracts. It details specific regulations from 48 CFR, including their dates, prescriptions, and applicability based on contract value, type, and purpose. Key areas covered include definitions, independent price determination, gratuities, anti-kickback procedures, business ethics, whistleblower protections, security requirements, taxpayer identification, unique entity identifiers, and reporting executive compensation. The document also addresses rules for simplified acquisitions, sealed bidding, and negotiated procurements, alongside special conditions for construction contracts, specific industries (like helium), and contracts involving classified information or recovery act funds. DoD-specific deviations are noted for several clauses, emphasizing tailored application for defense contracts. The overall purpose is to ensure compliance with federal procurement regulations across a wide range of government contracting activities.
The document outlines the Multiple Award Construction Basic Order Agreement (BOA) for sustainment, restoration, and modernization projects at Tinker Air Force Base, OK. This BOA serves as an agreement of terms and conditions, not a contract, with a five-year ordering period. The procurement involves a two-phase process: Phase One for competition among BOA holders based on technical and past performance factors, and Phase Two for competitive Order Proposal Requests (OPRs) within the BOA holder pool. Orders can vary in contract type (Firm-Fixed-Price, Cost, or both) and may be small business set-asides or full and open competitions. All orders above $10M are subject to FAR Part 15. Key terms and conditions, including scope of work, pricing, and period of performance, will be addressed at the order level. Questions regarding the BOA must be submitted by December 19, 2025, to the Contracting Officer and Contract Specialist. Submission of a proposal in response to this BOA Invitation is mandatory to compete for upcoming MAC BOA Orders.
This government solicitation, FA813726R0004, is a Request for Proposal (RFP) for a Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) for construction services at Tinker AFB, Oklahoma. The solicitation was issued on December 15, 2025, and proposals are due by January 15, 2026, at 1:00 PM local time. The project title is MACBOA, and the NAICS code is 236210, with a size standard of $45,000,000.00 annual receipts. The government intends to award a single construction order based on the Lowest Priced Technically Acceptable (LPTA) source selection procedures. Offerors must submit a technical proposal addressing capability, management, schedule, and planning, and a price proposal detailing design and construction costs. A bid guarantee of at least 20% of the proposal is required. Proposals will be evaluated for technical acceptability, reasonableness, balance, and realism of pricing. The overall contract delivery period is 10 calendar days from the date of award receipt for both the beginning and completion of performance. The government reserves the right to award without discussions.
The Multiple Award Construction Basic Ordering Agreement (MACB) Statement of Work outlines general construction services for Tinker Air Force Base (TAFB). This agreement covers a broad range of sustainment, maintenance, repair, alteration/renovation, and minor construction projects, aiming to expedite project awards by reducing design and acquisition lead times. Projects are classified as Design-Build, Partial Design-Build, or Construction Only, with contractors providing all necessary materials, labor, and technical support. Key personnel, including a Contract Program Manager, Quality Control Manager, and Site Safety and Health Officer, are required. The document details design requirements, quality control, staging areas, and comprehensive ordering procedures, including proposal submission, evaluation, and award. It also specifies document formats, communication protocols, and adherence to various government and TAFB standards for safety, environmental protection, and construction practices, ensuring compliance and efficient project execution.