Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 09, 2014 FBO #4702
SOURCES SOUGHT

Y -- Fort Jackson Job Order Contract

Notice Date
10/7/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
MICC - Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C-15-R-0001
 
Response Due
10/17/2014
 
Archive Date
12/6/2014
 
Point of Contact
Kimberly Marsh, 8037511420
 
E-Mail Address
MICC - Fort Jackson
(kimberly.c.marsh@us.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
SOURCES SOUGHT ONLY ANNOUNCEMENT TO REQUEST INFORMAATION ONLY: The Mission and Installation Contracting Command (MICC) - Fort Jackson, SC is conducting market research to determine the existence of interested HUBZone small business sources for North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction. The small business size standard is $36.5M. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on a new requirement for an Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract (JOC) which will result in a broad range of maintenance, repairs, and minor construction. See attached Draft Statement of Work (SOW) for more detailed explanation of the work that may be required. With the exception of the task orders awarded to meet the guaranteed minimum, 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 $60M over a five (5) year period. The contract will be awarded as a 5 year ordering period and the guaranteed minimum will only apply to the first year. The guaranteed minimum will be obligated at time of the basic contract award. The guaranteed minimum will be $25,000. The estimated maximum dollar value of $60M will apply to the entire ordering period and there will be a maximum of $20M per each year of the ordering period with no minimum per each year of the ordering period. 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 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. SUBMISSION GUIDELINES: Responsible, qualified firms interested in supporting the subject requirement for the Fort Jackson Directorate of Public Work (DPW) JOC in accordance with the attached draft SOW are to prepare a response (no more than 6 pages in length) to include the following information: 1. Company Name with Point of Contact, Phone Number and Address; 2. DUNS Number and CAGE Code; 3. Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor]; 4. Historically Underutilized Business Zone (HUBZone) Small Business Certification 5. General Capability [general information and technical background describing your firm's experience in contracts requiring similar effort to include a summary of the most relevant (multiple trade, multiple projects) performance history of no more than five (5) contracts, executed within the last three (3) years. Referenced contracts should be at least $150K in value where your company performed as the Prime, or if performance was as a subcontractor, the value of the project should have been a minimum of $500K with the value of your work as a subcontractor being at least $150K. Include the following: customer, contract number, project title, project location(s), performance dates, yearly and total dollar amount (of your companies work as the prime or subcontractor), Contracting Officer or contract administration points of contact with telephone numbers, and in what capacity performed (e.g. prime or subcontractor)]. ; 6. Statement identifying the firms bonding capacity; 7. Percent of work the firm could commit to accomplishing with in-house labor; and 8. Suggestions for how the government could form the contract or SOW that would facilitate your approach to contract execution. Interested contractors may provide the above information via e-mail to the electronic address listed below: PRIMARY POINT OF CONTACT (POC) Kimberly C. Marsh Contract Specialist Kimberly.c.marsh.civ@mail.mil Information submitted must be in sufficient detail as to allow for a thorough government review of firm's interest and capabilities. This information is due no later than Friday, October 17, 2014 at 1:00 p.m. E.D.T. 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 HUBzone 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/02e8ab22631b5d783c9069aacb33bd7b)
 
Place of Performance
Address: MICC - Fort Jackson 4340 Magruder Avenue Fort Jackson SC
Zip Code: 29207-5491
 
Record
SN03544366-W 20141009/141007234322-02e8ab22631b5d783c9069aacb33bd7b (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.