Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2012 FBO #3834
SPECIAL NOTICE

Y -- The origional Sources Sought will be extended until 01 June 2012. All responses must be submitted by 5:00pm (central time) on the date the announcement closes.

Notice Date
5/22/2012
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J12R0014
 
Archive Date
5/22/2013
 
Point of Contact
Kimberly Miller, 210-466-2224
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(kimberly.miller19@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command Center - Fort Sam Houston is conducting market research to determine the extent of sources capable of performing as a prime contractor under a Construction Multiple Award Task Order Contract (MATOC). This is neither a solicitation announcement, nor a Request for Proposals (RFP) or Invitation for Bids (IFB) and does not obligate the Government to any contract award. Responses to this Sources Sought notice are for PLANNING PURPOSES ONLY. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified businesses relative to the North American Industry Classification Code (NAICS) 236220, Commercial and Institutional Building Construction. The small business size standard is $33.5M. The Government will use responses from this sources sought synopsis to make an appropriate acquisition decision about soliciting this requirement. The anticipated period of performance is one base period of five years from date of award. The work is considered to be construction work and Davis Bacon requirements will apply. The successful contractors must be able to provide 100% performance and payment bonds at the task order level. The scope of work under MATOC will include, but not be limited to: minor construction, design-build, maintenance, demolition and repair; specialty trades may include, but are not limited to: roofing, electrical, plumbing, carpentry, roadwork, painting, asbestos and/or lead abatement and masonry. Issuance of individual, firm-fixed price task orders using the RS Means (Unit Price Book) with a coefficient is contemplated. Contractors must provide all labor, equipment, materials and supervision necessary to perform general construction work. If this is determined to be a Small Business set-aside, FAR 52.219-14 - Limitations on Subcontracting, will apply on the task order level. This sources sought notice includes two regions. The Government anticipates multiple awards for Region One which covers the states of: California, Nevada, and Arizona and Region Two which covers the states of: New Mexico, Texas, Arkansas, and Oklahoma. Contractors must be able to perform all necessary work in all of the states in the selected region. The estimated magnitude of the majority of task orders under these MATOCs will be between $100,000 and $250,000. Respondents shall indicate their interest in either Region One or Region Two, or both. Responses to this sources sought shall be limited to 20 pages and shall include the following: 1. Company profile to include company name, annual revenue history, office location(s), DUNS/CAGE Code number, email address, number of employees, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned, or certified HubZone). Large Businesses ARE permitted to respond to this sources sought notice. 2. Name, title, address, phone number, email address of company point of contact. 3. Management approach to staffing this effort with qualified personnel in a multi-state area. 4. Prior/current experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. 5. The company's bonding capabilities. 6. Primary risk areas and/or potential issues associated with an acquisition of this type. How do you propose to mitigate any risk(s)? Respondents shall note that the Government will not return any information submitted in response to this notice. The Government is not responsible for any costs incurred by respondents regarding any responses to this notice. Responses to this sources sought notice shall be submitted to the POC below, preferably via email address (PDF or MS Word Format), no later than 23 May 2012. Responses shall be sent via email to Kimberly Miller at kimberly.a.miller266.civ@mail.mil or by mail to: Mission and Installation Contracting Command, Mission Contracting Office - Fort Sam Houston, ATTN: Kimberly Miller, 2205 Infantry Post Road, BLDG 603, Fort Sam Houston, Texas 78234-1361. Questions shall be submitted via email to the POC above. Telephone inquiries will not be entertained.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ac8aa5aba428d6b80e0e79f2c514098)
 
Record
SN02755490-W 20120524/120523000657-2ac8aa5aba428d6b80e0e79f2c514098 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.