SOURCES SOUGHT
Y -- IDIQ Multiple Award Task Order Contract (MATOC) for Repair, Rehabilitation, and Construction (RRC) Contract for Fort Drum, New York
- Notice Date
- 9/22/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Fort Drum DOC, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
- ZIP Code
- 13602-5220
- Solicitation Number
- W911S2-11-RRC
- Response Due
- 10/7/2010
- Archive Date
- 12/6/2010
- Point of Contact
- Jennifer Earl, (315)772-7592
- E-Mail Address
-
Fort Drum DOC
(jennifer.earl@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mission and Installation Contracting Command, Fort Drum, New York, has a requirement for the above subject. This is not a Solicitation Synopsis and not a Request for Proposals. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE, and does not obligate the Government to any contract award. The purpose of this Sources Sought Synopsis is to determine interest and capability of potential qualified Small Business Administration (SBA) certified: 8(a), HUBZone, and Service Disabled Veteran-Owned firms relative to the North American Industry Classification Code (NAICS) 236220 (Commercial and Institutional Building Construction). The Small Business Size Standard is $33.5 million. The Government will use responses to this Sources Sought Synopsis to make an appropriate acquisition decision about soliciting this project as either a competitive Set-Aside for 8(a), HUBZone, and Service Disabled Veteran-Owned firms; or to proceed with full and open competition as Unrestricted. NAICS Code 236220 Commercial and Institutional Building Construction: To be considered small for purpose of Government procurement, a firm must perform at least 50% of the work with its own labor force. The requirement is for an Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) to provide build services or construction for a broad range of military renovation and construction work for Fort Drum, New York. The MATOC pool will consist of up to four contractors. The magnitude of this requirement is estimated to be between $175 million and $200 million (base year and four option years). Award of a MATOC consisting of a base year and four option years is anticipated, with a limitation of a maximum of $200 million for all contracts combined. All work will be performed at Fort Drum, New York. PROJECT INFORMATION: The purpose of this MATOC is to provide build services or construction to support military construction and build projects for Fort Drum, New York. As requirements develop, Requests for Proposals (RFPs) for Task Orders will be issued. Task Orders will include primarily Operations and Maintenance (O&M) projects. Task Orders under these contracts may involve a wide range of new construction and repair/renovation projects. Examples of similar new construction projects include: vehicle maintenance facilities; administrative facilities; hangars and related aircraft support systems; industrial facilities; firing ranges; training facilities; runways; pavements/hardstands; barracks; and kitchen and food service. Examples of similar repair/renovation projects include: whole building renovations; repair or replacement of architectural elements; force protection upgrades; repair or replacement of mechanical, electrical, or fire protection/detection systems; and asbestos and lead abatement services related to renovation activities. The following information is required: 1. Name of firm with address, phone, fax, e-mail address, and point of contact. 2. State if your firm is a Small Business Administration (SBA) certified 8(a) or HUBzone, or if it is Service Disabled Veteran-Owned. Proof of SBA certification/documentation shall be provided with this response. 3. Provide a letter from your surety identifying single contract bonding limit and aggregate contract bonding capability. 4. Please indicate whether your firm will submit a proposal for this project if this project is set-aside for certified 8(a), HUBZone, or Service Disabled Veteran-Owned small business. 5. Qualifications: Responses to this Sources Sought Synopsis shall indicate similar/relevant experience. 6. Firms submitting responses shall present their information in a matrix format showing relevant contracts that they have performed which are similar in scope. The matrix shall show the most recent, up to five contracts, that prove your company can meet each qualification criteria listed above. Include project number, project location, description of work requirements, point of contact and phone number for each effort. If you can meet all of the requirements for this project, please respond to this Sources Sought Synopsis by fax, e-mail or mail to Mission and Installation Contracting Command, Attn: Jennifer Earl, 45 West Street, Fort Drum, NY 13602, Fax (315) 772-6406, e-mail jennifer.earl@us.army.mil. Responses must be received no later than 4:00 p.m. eastern time, on 7 October 2010. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this Sources Sought Synopsis, and failing to provide ALL of the required requested information will not be used to help the Government make the acquisition decision, which is the intent of this Sources Sought Synopsis. The results of the Sources Sought Synopsis shall be posted on Army Single Face to Industry (ASFI) https://acquisition.army.mil/asfi/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b30c3bbff9ca8785e8b67b6e68ffe882)
- Place of Performance
- Address: Fort Drum DOC Directorate of Contracting, 45 West Street Fort Drum NY
- Zip Code: 13602-5220
- Zip Code: 13602-5220
- Record
- SN02293289-W 20100924/100923000206-b30c3bbff9ca8785e8b67b6e68ffe882 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |