Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2015 FBO #4792
SOURCES SOUGHT

Z -- Multiple Award Task Order Contract-Construction at Joint Base-Lewis McChord, Washington

Notice Date
1/5/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-15-R-0004
 
Response Due
1/23/2015
 
Archive Date
3/6/2015
 
Point of Contact
Hannah Gill, 253-966-3484
 
E-Mail Address
MICC - Joint Base Lewis-McChord
(hannah.l.gill.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command, Joint-Base Lewis-McChord (MICC-JBLM), Washington, is conducting preliminary planning market research to obtain information from potential and eligible Small Business contractors for an Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction. Orders placed under the contemplated contract will be for construction work on JBLM to include the areas of JBLM-Main, JBLM-North, and JBLM-McChord Field. The applicable North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, and the size standard is $36.5 million. Work under this requirement consists of real property maintenance, repair, remodel, alteration, and minor construction projects to include industrial, commercial, and institutional facilities. The work to be performed will consist of furnishing all materials, labor, supervision, equipment, tools, transportation, personnel, and ancillary items necessary to complete projects from conception to completion. The contractor shall manage and accomplish simultaneous projects for a broad range of trades, but not limited to: carpentry, excavation, electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete, masonry, welding, HVAC, asbestos removal, etc., on real property at JBLM, WA. Interested contractors should have a successful history of relevant construction experience in the performance of multiple construction projects ranging in value from $2,000 to $750,000. Firm-fixed-priced task orders issued under the contemplated MATOC may range in value from $2,000 to $750,000. The proposed IDIQ MATOC shall be for a 1-year base period and four 1-year option periods not to exceed a total of five years. The expected magnitude is no more than $10,000,000 (base and option periods). MICC-JBLM requests responses from SBA certified 8(a) firms, 8(a) Joint Venture entities, Small Disadvantaged Businesses, HUBZone Small Businesses, Woman-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Small Businesses. Respondents shall submit a capability statement demonstrating their experience in managing multiple industrial construction projects at one time. Capability statements for this request for information are not expected to be proposals, but rather statements regarding the company's existing experience. Narratives shall include the following: 1. State the full name of your firm to include address, point of contact, point of contact phone number and email address. 2. DUNS and CAGE Code. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Small Business. 4. State your firm's/venture's current bonding capability to include single and aggregate amounts. 5. A positive statement of your intention to submit an offer/bid when the solicitation is issued. 6. In the event of a future solicitation, would you bid on this requirement as a sole contractor, prime contractor with subcontractor(s), or as a joint venture. 7. Provide evidence of recent experience (past 5 years) of work similar in type and scope as the Prime contractor. For each contract/project submitted, include the Contract Number, Project Title and Description, Award and Completion Dates, Dollar Value of Contract, Points of Contacts for each contract to include current telephone numbers and email addresses. Also, indicate if the contract was a MATOC or other IDIQ type contract as applicable. 8. The projected MATOC could include a requirement for quick task order bidding, such as 3-7 days after site visit. Would this be problematic for your firm? 9. The projected MATOC could include a requirement to bid for every task order offered. Would this be problematic for your firm? 10. Any other information deemed pertinent that will aid in our assessment of the firm's capabilities. Interested potential contractors shall limit their response to this request for information notice to a maximum of 10 pages. If issued, all notices, the Request for Proposal, and related documents or updates will be available solely on the Federal Business Opportunities (FBO) website (https://www.fbo.gov). Interested parties are responsible for monitoring the FBO website for the posting of any solicitation or subsequent updates. Interested sources shall submit responses no later than 2:00 P.M. Pacific Standard Time (PST) on 23 January 2015 via email to Hannah Gill at hannah.l.gill.civ@mail.mil. Telephone requests for technical information will not be honored. This request for information notice is submitted in accordance with 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997). This request for information notice is for planning purposes only and shall not be construed as a Request for Proposal (RFP), Invitation for Bids (IFB) or as an obligation of the part of the Government to acquire any services. Responses to this request for information notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. No solicitation exists and solicitation requests will not be acknowledged. MICC-JBLM will not accept unsolicited proposals related to the subject of this request for information notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this request for information notice that is marked quote mark Proprietary quote mark will be handled accordingly. Responders are solely responsible for all expenses associated with and incurred by responding to this request for information notice. The Government reserves the right to determine how it should proceed because of this notice. Contracting Office Address: MICC-JBLM, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500 Place of Performance: JBLM/Fort Lewis, WA 98433-9500 Point of Contact: Hannah Gill, 253-966-3484
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3a1d6e3ad99efebefe5149666fbb68ee)
 
Place of Performance
Address: MICC - Joint Base Lewis-McChord Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
 
Record
SN03608315-W 20150107/150105234113-3a1d6e3ad99efebefe5149666fbb68ee (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.