THIS NOTICE IS ISSUED AS A RFI ANNOUNCEMENT FOR INFORMATION PURPOSES. This notice DOES NOT constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for BID (IFB), or solicitation, nor does it represent any commitment by the Government. Since this is an RFI announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. All responses shall comply with the criteria established in this RFI to be considered for review.
Purpose:
The Government is performing market research to support acquisition strategy decisions as they relate to determining if a small business set aside is appropriate as well as the best execution method (order under an existing IDIQ, solicitation/award, award via sam.gov, GSA schedule, etc.). Therefore, we further invite offerors (large or small businesses) to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://sam.gov/.
Project Scope:
The scope for maintenance, repair, and minor construction to be performed under a Multiple Award Construction Contract (MACC) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Work will consist of furnishing all materials, equipment, transportation, and personnel necessary to design (up to 100%), manage and accomplish simultaneous projects for a broad range of maintenance, repair, and minor construction work on real property. Projects may include but are not limited to tasks in a variety of trades such as demolition, site work, excavation, cast-in-place concrete, masonry, structural steel, electrical, mechanical (including HVAC), painting, carpentry, roofing, millwork, road repair, and other specialty and general contracting work.
Industry Response:
All responses shall be received by Monday, 28 July 2025 @ 12:00 PM Eastern Standard Time. No extension to the response date will be considered. Responses shall be provided via e-mail to 6CONS.PKC.MACC4@us.af.mil. Responses shall be no more than 5 pages (single spaced, no smaller than Times New Roman, font size 12 or equivalent). If submission exceed the page count noted, the Government reserves the right to only review the first 5 pages and may disregard the remainder of the submission. Extraneous materials (brochures, manuals, etc.) will not be considered. Ensure all the following information is included.
(a) Indicate which set-aside you qualify for (if any) under the applicable NAICS code and Size Standard: 8(a), HUBZone, SDVOSB, WOSB or Small Business.
(b) A positive statement of your intention to submit an offer/bid if the solicitation is issued.
(c) UEI Number or Cage Code.
(d) Indicate if you plan to joint venture or a teaming arrangement.
(e) Bonding capacity to include single and aggregate amounts.
(f) Provide an overview of your capabilities (past 5 years). Describe any hesitancies/challenges you may have about working with the Federal Government (or MacDill AFB, specifically).
(g) Are you comfortable working multiple projects at once? How do you avoid Project Saturation?
MACC 4.0 Industry Day:
(**Limit 2 person maximum, per company**)
Date: Friday, August 15, 2025
Place: MacDill AFB
Time: 0900-1300+(T)
Please RSVP to “Industry Day” with a “YES” or “NO”.
If YES, please provide copies of your REAL ID for base access with your response.
No travel, lodging, or meals will be provided.
Agenda details to follow.