SOLICITATION NOTICE
Y -- PRESOLICITATION NOTICE--(REPLACES W9124G-14-R-0003), JOB ORDER CONTRACT (JOC), FORT RUCKER, ALABAMA
- Notice Date
- 11/19/2014
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- MICC - Fort Rucker, Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380, Fort Rucker, AL 36362-5000
- ZIP Code
- 36362-5000
- Solicitation Number
- W9124G-15-R-0001
- Response Due
- 11/19/2014
- Archive Date
- 1/18/2015
- Point of Contact
- Symone Collins, 334-255-2870
- E-Mail Address
-
MICC - Fort Rucker
(symone.collins3@us.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- PLEASE NOTE THIS IS THE PRE-SOLICITATION NOTICE, NOT THE ACTUAL SOLICITATION. This is a Preliminary announcement regarding Job Order Contract (JOC) and for the Directorate of Public Works (DPW) at Fort Rucker, Alabama. Job Order Contract (JOC) entails providing maintenance and repair services, constructing real property facilities, and providing any/all support services to the Directorate of Public Works (DPW) at Fort Rucker, AL and satellite installations in the following counties: Covington, Coffee, Dale, Geneva, Houston, and Pike. In addition, the requirement include the need for ancillary professional engineering services for structural foundations and concrete slabs, the ability to provide as-built drawings that conform to the Computer Aided Drafting and Design (CADD) software Autodesk Architecture 2015, Autodesk Building Design Suite Standard 2015 and Civil 3D 2015, which is currently being utilized by DPW. This requirement includes but is not limited to providing all materials, supplies, job site supervision, labor, construction equipment, required safety equipment, lighted and unlighted barricades with the exception of those items identified as Government-Furnished. The Contractor shall be responsible for all work listed in the Scope of Work. The approximate start date to be determined. It is the Government's intent to award a single Indefinite Delivery/Indefinite Quantity (IDIQ) JOC with a Base period (12 consecutive months from contract award date) and four (4) one-year option periods. The guaranteed minimum quantity of work is required under this contract, which will not be less than $300,000.00 per year (Base and each exercised one-year option period). A Statement of Work will be included in the solicitation. This is a Firm-Fixed Priced (FFP) commercial acquisition. The Government anticipates issuance of the Request for Proposal (RFP) on https://acquisition.army.mil/asfi/ or about 01 November 2015, which will be posted to the Army Single Face to Industry (ASFI) website - The Government intends to solicit this requirement as a 100% competitive HUBZone Small Business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 236220 - Commercial and Institutional Building Construction with a Small Business Size Standard of $33.5M. This requirement falls under the Facility Related Services Portfolio Group Housekeeping and Social Services Portfolio. The Product Service Code (PSC) is Y1QA - Construction of Restoration of Real Property. The offeror is responsible for reviewing ASFI at https://acquisition.army.mil/asfi/ and/or FedBizOpps at https://www.fbo.gov/ for notice of amendments, updates, and/or changes to the solicitation. No hard copies will be mailed. All potential sources must obtain a Data Universal Numbering System (DUNS) number and register in the System for Award Management (SAMS) in order to conduct business with the government. Failure to obtain a DUNS number and register in SAMS may delay the award of a contract or possible award to the next otherwise successful offeror who has met all of the requirements to conduct business with the Government at time of award. The point of contact for this solicitation is Ms. Yolanda Bickham, Contracting Officer at telephone number 334-255-2013 and email yolanda.e.bickham.civ@mail.mil and Symone Collins, Contract Specialist, symone.y.collins.civ@mail.mil, at telephone number 334-255-2870. The required response date will be stated in the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fc33cac405e8faa9a719bfcaee2500b4)
- Place of Performance
- Address: U.S. Army Mission and Installation Contracting Command - MICC-Fort Rucker, AL 36362-5000 453 Novosel Street, Bldg 5700, Rm 380, SSC Fort Rucker AL
- Zip Code: 36362-5000
- Zip Code: 36362-5000
- Record
- SN03577301-W 20141121/141119234734-fc33cac405e8faa9a719bfcaee2500b4 (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 |