SOURCES SOUGHT
Z -- JOB ORDER CONTRACT SOURCES SOUGHT
- Notice Date
- 2/10/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- RCO Hawaii (PARC Pacific, 413th CSB), Regional Contracting Office, Hawaii, ATTN:CCEC-PAH, 742 Santos Dumont Ave., Building 108 Wheeler Army Air Field, Schofield Barracks, HI 96857
- ZIP Code
- 96857
- Solicitation Number
- RCO-HI-SOURCES-SOUGHT-JOC
- Response Due
- 2/14/2014
- Archive Date
- 4/11/2014
- Point of Contact
- Tae Kim, 8086561000
- E-Mail Address
-
RCO Hawaii (PARC Pacific, 413th CSB)
(tae.h.kim76.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potential qualified small businesses that may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time, but will be issued at a later date. The 413th Contracting Support Brigade, Regional Contracting Office, Hawaii, at Schofield Barracks/Wheeler Army Airfield, Hawaii, is seeking commercial sources to provide all management, labor, supervision, tools, materials, transportation, and equipment necessary to establish three (3) Job Order Contracts (JOC) which supports the Directorate of Public Works (DPW), U.S. Army Garrison, Hawaii (USAG-HI), Installation Management Command (IMCOM) mission to accomplish Sustainment, Restoration and Modernization (SRM) work for performance of a broad range of real property maintenance and repair or minor construction projects on various military installations in the State of Hawaii (Islands of Oahu, Hawaii (Big Island), and Maui). It is anticipated that the contract performance period will include one-year basic period, and four (4) one-year option period. The estimate value is capped at $25,000,000.00 for the base period and each option period. The minimum guarantee amount of $50,000.00 is for the first year of the base period only. The contractor must be able to obtain $5 million per year in bonding. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 236220 - Commercial and Institutional Building Construction. The size standard for NACIS 236220 is $33.5M. The Government requests interested parties submit a response which includes (1) your bonding capacity; (2) JOC familiarity/experience; (3) address of local office, experience working in islands of Hawaii, or ability to establish business in Hawaii; (4) business status (i.e., Small Business (SB), 8(a) Program SB, Historically Underutilized Zone (HUBZone) SB, Service Disabled Veteran Owned SB (SDVOSB), Women-Owned Small Business (WOSB) in the Small Business Administration's (SBA) WOSB Program, Economically Disadvantaged WOSB (EDWOSB) in the SBA WOSB Program, etc.); and (5) list of equipment owned. The Government will use this information in determining its small business set-aside decision. Interested firms are requested to provide their aforementioned information no later than 14 February 2014. No pricing input is being requested. This Sources Sought Notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. All potential offerors are reminded that lack of registration in the System for Award Management (https://www.sam.gov) will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offeror's to monitor the FedBizOpps web site for release of any future synopsis or release of the solicitation and any associated amendments. Submission to this notice may be emailed to Tae Kim, 413th Contracting Support Brigade at tae.h.kim76.civ@mail.mil. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received by via email) is strongly recommended to ensure receipt of your submission by the Government. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/958969cceb2bb628f3852b5d919a3f9e)
- Place of Performance
- Address: RCO Hawaii (PARC Pacific, 413th CSB) Regional Contracting Office, Hawaii, ATTN:CCEC-PAH, 742 Santos Dumont Ave., Building 108 Wheeler Army Air Field Schofield Barracks HI
- Zip Code: 96857
- Zip Code: 96857
- Record
- SN03284669-W 20140212/140210234007-958969cceb2bb628f3852b5d919a3f9e (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 |