SOURCES SOUGHT
Z -- Seeking qualified and experienced contractors interested in providing proposals for an IDIQ Job Order Contract (JOC) which will result in SRM support provided to Ft. Jackson, SC.
- Notice Date
- 2/28/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- MICC - Fort Benning, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000
- ZIP Code
- 31905-5000
- Solicitation Number
- W911SF-SS-022812
- Response Due
- 3/9/2012
- Archive Date
- 5/8/2012
- Point of Contact
- Eduardo E. Savory, 7065455243
- E-Mail Address
-
MICC - Fort Benning
(eduardo.e.savory3.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Information (RFI) This is a Sources Sought announcement to request information only. This acquisition falls under the Classification Code Z - Maintenance, repair, and alteration of real property, and North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction. The U.S. Army Mission and Installation Contracting Command (MICC) - Fort Benning, 6650 Meloy Drive, Suite 250, Fort Benning, Georgia, 31905 is seeking sources for work to be performed at Fort Jackson, South Carolina with a potential competitive 100% set-aside for Small Business (SB), HUBZone, Service Disabled Veteran Owned (SDVOSB), Woman-Owned Small Business (WOSB), or Small Disadvantaged Business (SDB) concerns. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE AFOREMENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The small business standard is $33.5M. Interested concerns, large and small, should indicate interest to the Contracting Officer, in writing as early as possible, but no later than 2:00 PM EST, Friday, March 9, 2012. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals for an indefinite delivery/indefinite quantity (IDIQ) Job Order Contract (JOC) which will result in sustainment, restoration, and modernization (SRM) support provided to the Fort Jackson Military Reservation, South Carolina, including the Fort Jackson Main Cantonment Area, Weston Lake Outdoor Recreation Area, training ranges, maneuver areas and all areas inside the boundary of Fort Jackson. See the attached Statement of Work for more detailed explanation of the work that may be required. With the exception of the task orders awarded to meet the guaranteed minimums, the majority of individual orders will range between $150,000 and $750,000 in value. There is the potential for orders in support of renovation projects to be awarded for up to $3M and orders below $150,000 if other contracting vehicles are not suitable. There is an estimated acquisition value NTE $25M over a five (5) year period. The annual guaranteed minimum which is required under this contract is $5,000 for the base period and $5,000 for each option period that the Government exercises. The estimated maximum dollar value of the base period is $5M; the estimated maximum dollar value of each option period is $5M. The contract will establish terms and conditions upon which the Contractor will perform a wide variety of performance-based services and/or construction tasks as identified. The pricing method shall be based on the latest Gordion Group, Construction Task Catalog and an applied coefficient. The Government will provide contractors an area where they can place a mobile office and have access to utilities at the Contractor's expense. Firm Fixed Price task orders will include a variety of trades including, but not limited to, excavation, drywall and insulation, flooring, roofing, siding, electrical, painting, plumbing, carpentry and roads. When work is required, the contractor will be required to visit the proposed work site to establish, clarify, and define the scope of work of the individual requirement(s) in order to prepare a detailed price proposal. In addition, the contractor will be responsible for obtaining all necessary permits. Contractor will be required to include all supervision, materials, labor, equipment, transportation, and disposal required to successfully complete the work ordered. Request interested firms respond to this notice and include the following in their response: 1. Firm's information [name of representative, address, phone number, CAGE Code, DUNS number]; 2. Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor]; 3. Business size [e.g., SB, HUBZone, SDVOSB, WOSB, SDB, large business]; 4. General Capability [general information and technical background describing your firm's experience in contracts requiring similar effort to include a summary of relevant (multiple trade, multiple projects) performance history of no more than five (5) contracts, including current projects and projects held within the last three (3) years (identified by customer, contract number, project title, project location(s), performance dates, yearly and total dollar amount, Contracting Officer or contract administration points of contact with telephone numbers, and in what capacity performed (e.g. prime or subcontractor)]; 5. Statement identifying the firms bonding capacity; 6. Percent of work the firm could commit to accomplishing with in-house labor; and 7. Suggestions for how the government could form the contract or Statement of Work that would facilitate your approach to contract execution. Interested contractors may provide the above information via e-mail to the electronic address listed herein. Information submitted must be in sufficient detail as to allow for a thorough government review of firm's interest and capabilities. Request responses are limited to six (6) pages and are due no later than 2:00 PM EST, Friday, March 9, 2012. Electronic Address: usarmy.benning.hqda-aca.mbx.doc-offer@mail.mil The government reserves the right to set this acquisition aside for Small Business, HUBZone, Service Disabled Veteran Owned small business, Woman-Owned small business, or Small Disadvantaged Business firms based on the responses it receives. This RFI notice is issued for planning purposes only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the RFI, nor is any commitment on the part of the Government to award a contract implied. Responses to this notice will assist the government in identifying potential sources in determining if a set-aside of the solicitation is appropriate, and in determining whether or not this approach to securing contracting support is practicable. Respondents are advised that the government will not pay for any information or administrative cost incurred in response to this RFI. Responses to the RFI will not be returned. Proprietary information and trade secrets, if any, must be clearly marked. All information received that is marked Proprietary will be handled accordingly. Questions concerning this RFI may be directed to Mr. Eddy Savory @ 706.545.5243.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e290d346688a4d135bcd039c6b2a580e)
- Place of Performance
- Address: MICC ICO - Fort Jackson 4340 Magruder Avenue Fort Jackson SC
- Zip Code: 29207-6810
- Zip Code: 29207-6810
- Record
- SN02684729-W 20120301/120228234954-e290d346688a4d135bcd039c6b2a580e (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 |