MODIFICATION
Z -- Fort Campbell Construction MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
- Notice Date
- 8/4/2015
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124815RFTBG
- Response Due
- 8/14/2015
- Archive Date
- 10/3/2015
- Point of Contact
- Angelina Clements, 9109083465
- E-Mail Address
-
MICC Center - Fort Bragg
(angelina.m.clements.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a broad range of maintenance, repair, and minor construction projects at Fort Campbell, Kentucky on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 236220, quote mark Commercial and Institutional Building Construction quote mark with a small business size standard of $36.5 million. A continuing need is anticipated for Construction services at Fort Campbell, KY, which are currently being procured under an existing Multiple Award Task Order Contract (MATOC). Contract numbers are listed in the table below: Contract NumberContractor W91248-12-D-0006CMS TT JV W91248-12-D-0007MA-CHIS KAWV IV W91248-12-D-0008GCCS, Inc. W91248-12-D-0009Sabre Construction Co. W91248-12-D-0010Double R Construction Attached is an example of a Statement of Work (SOW) that may be issued for the type of requirement that will be issued on the Multiple Award Task Order Contract (MATOC). The anticipated contract vehicle is a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The period of performance for this requirement will consist of a five (5) year ordering period for a total of a sixty (60) month ordering period. The ordering period will begin on or about 3 July 2017. The magnitude of this contract vehicle is between $250M and $500M, and it is anticipated that five (5) awards will be made as a result of the forthcoming solicitation. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination 4. A brief capability statement that demonstrates you company's ability to meet or exceed individual qualification standards, as detailed in the SOW example. 5. Bonding Capacity, both single and aggregate. 6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 8. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services. This Sources Sought Notice is NOT a solicitation. Rather, this Sources Sought is being conducted as a Market Research method effort to determine all interested and potentially capable sources prior to formalizing our Acquisition approach. No physical or quote mark hard quote mark copies will be accepted as a result of this request. No requests for capability briefings will be honored as a result of this notice. A five (5) page maximum submittal should be sufficient to determine potential source categories. Responses shall be sent electronically to both, the Contracting Officer and Contract Specialist, ambre.d.wallitsch.civ@mail.mil and angelina.m.clements.civ@mail.mil no later than 10:00 a.m. on 14 August 2015. Negative responses are NOT required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/631391979eb9b5316943af20c51435a5)
- Place of Performance
- Address: Place of Performance is MICC Fort Campbell, Kentucky. less than br greater than less than br greater than Procurement Agency is MICC Center - Fort Bragg, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN03823019-W 20150806/150805000136-631391979eb9b5316943af20c51435a5 (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 |