2027 McConnell AFB MACC IDIQ
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The 22d Contracting Squadron (22 CONS) is conducting a Sources Sought to explore the possibility of a Multiple Award Construction Contract (MACC) Indefinite-Delivery/Indefinite-Quantity (IDIQ) at McConnell AFB, KS. This notice aims to gather industry information for a potential contract with a total value of $99,000,000 over six or more years. Responses are due by June 27, 2026.
Scope of Work
The MACC IDIQ would cover a wide variety of construction tasks, including design-build projects, renovation and upgrade projects, new construction requiring integration of multiple trades, and repair/replacement of infrastructure such as roadways, airfield taxiways, and runways. Contractors will need capabilities across various trades, including carpentry, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Design capabilities are essential, with firms expected to provide full-project design services from concept or performance-based requirements.
Contract & Timeline
- Type: Sources Sought for a Multiple Award Construction Contract (MACC) IDIQ
- Total Potential Value: $99,000,000
- Duration: Six or more years (12-month base period and option periods)
- Task Orders: Firm-fixed-price, up to $10,000,000 each
- NAICS: 236220 (Commercial and Institutional Building Construction), Size Standard: $45 million
- Response Due: June 27, 2026, by 4:00 PM (CST)
- Published: May 28, 2025
Set-Aside & Competition
The 22 CONS is seeking capabilities from businesses classified as Small, 8(a), Women Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or Historically Underutilized Business Zone (HUBZone). Based on market research, competition may be limited to a specific small business category or solicited on an unrestricted basis.
Response Requirements
Interested and qualified firms must submit a capability statement (limited to twelve pages) via email to william.johnson.237@us.af.mil and marcus.tucker.7@us.af.mil. The statement should include:
- Company Information: Name, address, point of contact, telephone, email, UEI number or CAGE Code.
- Socio-economic Status: Classification (e.g., Small, 8(a), WOSB, VOSB, SDVOSB, HUBZone) with documentation, and business size relative to the NAICS size standard.
- Capability Summary: How your company is capable and qualified for this work.
- Past Performance: List of relevant projects including team members, customer POCs (Contracting Officer and QAE/Inspector), project scope, value, and contract type.
- Bonding: Capacity per contract and aggregate.
Additional Notes
This is a Sources Sought notice for information gathering and acquisition planning only. It is not a Request for Proposal (RFP) and does not obligate the government to issue a solicitation or award a contract. Firms must monitor SAM.gov for any future solicitations and be registered in SAM.gov with active certifications to receive an award.