The government contract opportunities enclosed with this email are provided to you by the Maryland APEX Accelerator. If you would like to add or delete search criteria to your custom profile you may contact the Office Coordinator at: Tel: (301) 405-6550 or Email: ptapadmn@umd.edu.



DEPT OF DEFENSE, DEPT OF THE AIR FORCE, FA2835 AFLCMC HANSCOM PZI, ADMIN ONLY NO REQTN CP 781 225 0073, HANSCOM AFB MA 01731-2107


Z -- MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) IDIQ - Request for Proposal SOL FY25MACC DUE 06/27/2025 at 03:00PM -04:00 POC COURTNEY S. PETTERSON, courtney.petterson@us.af.mil David Conquergood, david.conquergood.1@us.af.mil

Request for Proposal (RFP) for Multiple Award Construction Contract (MACC) Indefinite Delivery Indefinite Quantity (IDIQ)

This Request for Proposal (RFP) issued by the DAF AFLCMC/PZI (OPERATIONAL CONTRACTING DIVISION) is for a Multiple Award Construction Contract Indefinite Delivery Indefinite Quantity (MACC) that requires management, labor, material, equipment, transportation, supervision, and Architectural Engineering services (as required) to accomplish simultaneous maintenance, sustainment, repair, and minor construction projects issued under the Multiple Award Construction IDIQ Contract (MACC) located on the following Air Force installations: Hanscom Air Force Base (HAFB) – Bedford, MA; HAFB FAMCAMP, Bedford, MA; Patriot Golf Course, Bedford, MA; Sagamore Hill Solar Observatory – Hamilton, MA; Fourth Cliff Recreation Annex – Humarock, MA; Cape Cod Air Force Station – Sagamore, MA; and New Boston Air Force Station – New Boston, NH. This MACC IDIQ Contract will be Task Order (TO) based. TO requirements may include complete design documents (i.e. plans and specifications) or will consist of a Design-Build (DB) Request for Proposal (RFP). The Contracting Officer (CO) will issue the RFP to all awardees of the Multiple Award Construction Contract (MACC) describing basic requirements for each individual TO on an as needed basis. Each TO will be awarded in accordance with RFP criteria. The Government will require prompt response and execution of TOs.

The Work performed under this contract will be complex in nature, require multiple trades, and may require detailed engineering design to be performed by registered / licensed Engineers and Architects.

This competitive small business set-aside is a selection that will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 15, as supplemented, Department of Defense (DoD) Source Selection Procedures, Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS), Mandatory Procedure (MP) 5315.3, and as further refined in this solicitation. The Government intends to award Hanscom Multiple Award Construction Contract (MACC) Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s) to a target of up to three (3) Small Business Contractors. The Small Business Contractors receiving a MACC IDIQ contract will also receive an initial Pre-Construction Kick-off Task Order which will meet the minimum ordering quantity. Among the Small Business Contractors receiving a MACC IDIQ contract, the Government also intends to award the building 1106 Conference Center HVAC Task Order. The anticipated contract ceiling is approximately $71.8 million.

  1. The Government anticipates awarding a Firm-Fixed-Price Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract. The contract will consist of a 5-year ordering period. Anticipated award date is September 2025.
  2. Task orders will only be placed during the 5-year ordering period. The period of performance to complete these projects will extend 2 years after the end of the ordering period to allow for contract completion.
  3. The Government’s selection methodology will be using Federal Acquisition Regulation (FAR) Part 15 procedures as defined in the attached Solicitation, Section M, Evaluation Factors for Award.
  4. Task Order #02 – MACC IDIQ B1106 Conference Center HVAC Task Order: IAW FAR 36.204, the magnitude of construction for this project is between $1,000,000 and $5,000,000.
  5. The primary North American Industry Classification Code (NAICS) is 236220 - Commercial and Institutional Building Construction. The size standard is $45 million.
  6. Proposals shall be valid for 120 days from the date of submission. Offerors’ proposal submission shall be due no later than 27 June 2025, at 3:00PM Eastern Daylight Time (EDT).

Offerors shall submit all documentation pertinent to the evaluation criteria, by email, to the following:

Courtney Petterson, Contracting Officer, AFLCMC/PZI, courtney.petterson@us.af.mil

David Conquergood, Contract Specialist, AFLCMC/PZI, david.conquergood.1@us.af.mil

Set-Aside: Total Small Business Set-Aside (FAR 19.5) URL: https://sam.gov/opp/217e623aa7cc46348799c774e2ac03a4/view

OutreachSystems Article Number: 20250531/PROCURE/0286
Matching keyword(s): solar;