SOURCES SOUGHT
Y -- WEST POINT SOURCES SOUGHT NOTICE FOR MULITPLE AWARD TASK ORDER CONTRACT (MATOC)
- Notice Date
- 1/6/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SDMATOCSSXXXX
- Response Due
- 1/20/2012
- Archive Date
- 3/20/2012
- Point of Contact
- Kymberly Aviles, 845-938-5861
- E-Mail Address
-
MICC - West Point
(kymberly.aviles@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. The purpose of this Sources Sought notice 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) 236221 (Commercial and Institutional Building Construction). Responses are to be sent via email to kymberly.aviles@usma.army.mil no later than 4:00 p.m. Central standard time January 20, 2012. Project Description: The U.S. Military Academy West Point NY (USMA) is seeking sources for a $50M Multiple Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build Construction Service for work within USMA. The period of performance is expected to be a maximum of 5 years (base ordering period of 1 year and 4 optional 1 year ordering periods). The contractor must have design-build and design-bid-build experience and have bonding capability of $1M per task order and a $5M aggregate bonding capability. Task orders are anticipated to be in the $25000 to $9M range. NO SOLICITATION IS CURRENTLY AVAILABLE. CONTRACTORS should submit: (1) a narrative demonstrating their experience in design-build and design-bid-build in projects in excess of $1M, and (2) the bonding capability for a single contract action and aggregate. Narratives shall be no longer than five (5) pages. Email responses are required. Please include your business size with your submittal. It is required that your company be registered in the Contractors Central Registration System (CCR), please see www.ccr.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. Information shall be submitted electronically to Kymberly Aviles at kymberly.aviles@usma.army.mil PLEASE NOTE: At this time, we are only interested in responses from prime contractors with similar project experience with the ability of having a bonding capability of $1M per contract action and an aggregate of $5M+.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fd8f3746c8f40f11ffcc09b043eeadea)
- Place of Performance
- Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
- Zip Code: 10996-1514
- Zip Code: 10996-1514
- Record
- SN02650445-W 20120108/120106234816-fd8f3746c8f40f11ffcc09b043eeadea (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 |