SOURCES SOUGHT
Z -- Simplified Acquisition of Basic Engineering Requirements Contract, NMOKTX SABE
- Notice Date
- 12/7/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NPS, IMR - Santa Fe MABO 1100 Old Santa Fe Trail Building P.O. Box 728 Santa Fe NM 87505 US
- ZIP Code
- 00000
- Solicitation Number
- P17PS00215
- Response Due
- 12/23/2016
- Archive Date
- 1/7/2017
- Point of Contact
- Smalls, Kelvin
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice / request for information for the purpose of conducting market research, and obtaining industry information only. Proposals are NOT being requested, nor accepted at this time. The purpose of this request for information is to obtain knowledge of interest, capabilities and qualifications from qualified small business concerns. The National Park Service - Intermountain Region (NPS-IMR), Santa Fe Major Acquisition Buying Office (Santa Fe MABO), is soliciting feedback from interested Small Businesses experienced in executing multi-trade projects under the Simplified Acquisition of Base Engineer Requirements (SABER), or Job-Order Contracts (JOC), business models. The NPS-IMR, will use the information obtained to develop an acquisition strategy to use in issuing a formal solicitation for a new SABER contract. SABER is an Indefinite Delivery, Indefinite Quantity (IDIQ) contract vehicle that may be used to accomplish a broad range of minor construction, renovation, maintenance, and repair projects. The NPS-IMR, intends to issue a Request for Proposal (RFP) to award a SABER contract for construction, maintenance, and repair at current, and future NPS Parks, Park Units and locations throughout the states of New Mexico, Oklahoma, and Texas. Typical work under the SABER contract will include, but will not be limited to minimal design services, construction of facilities, interior and exterior facility renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, surveys, studies, and other related work. The contractor shall be responsible for furnishing all materials, labor, plant, tools, transportation, equipment, services and incidentals necessary to complete each task order from conception through completion. The contractor shall be capable of performing multiple simultaneous projects. All work will be accomplished in accordance with individual task order requirements, master specifications, contractor developed construction drawings, and a detailed estimate developed using a contract specific cost estimating software and unit price databases. Based on the results of our market research, and interest demonstrated by responses to this synopsis, our goal is award of a SABER contract to a single qualified small business concern. The North American Industry Classification System (NAICS), code(s) for the SABER contract will be 236220. The small business size standard will be $36.5 million average annual revenue for the previous three years. Total contract period for this SABER contract, to include all options, shall not exceed five (5) calendar years. Typical task orders will range in value from $10,000 to $350,000, with a minimum task order value of $2,000, and a maximum task order value of $1,000,000. The total of individual task orders placed against the SABER contract shall not exceed $25,000,000. The selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures. The NPS is requesting that interested small business concerns furnish the following information: (1) Company name, address, point of contact, telephone number, and email address, DUNS Number. (2) Socio-economic classification(s) - State your firm's socio-economic classification and what your average annual revenue has been over the past 3 fiscal years. The size standard for NAICS 236220 is $36.5M and is calculated by averaging your firm ¿s annual gross receipts over the past 3 completed fiscal years. The below link provides more information on how to ensure you meet SBA Size Standards. (3) Provide a general statement of your organization ¿s qualifications, capabilities and ability to perform the required types of work described. (4) Demonstrate experience and technical competence in the execution of construction projects, in the typical dollar value range of $10,000 to $350,000. (5) State the firm ¿s number of years of experience executing contracts similar to Job-order or SABER contracts. What metro locations, geographic areas, and/or military installations have you performed projects on under the SABER / JOC business model. Please include contract number(s), dollar value(s) and owner points of contact. (6) Provide a brief listing and description of at least five example projects / work performed, contract number, total contract value, and period of performance for the submitted project. Contracts / projects submitted must be similar in scope and dollar value to the work described in this sources sought. (7) Responders, including joint ventures, should demonstrate that they have the capacity to perform all aspects of the types of work described in this synopsis, either by their in-house capabilities or through their teaming / subcontractor ¿s capabilities. Existing and potential Joint-Ventures, Mentor / Protégé, and teaming arrangements are acceptable and encouraged. (8) Provide your firm ¿s bonding capacity for a single project and in aggregate. (9) Do you anticipate that your firm would have the ability to self-perform a minimum of 15% of each task order issued under this business model? Has your firm experienced difficulty in meeting contract requirements to self-perform 15% of the total contract requirements with your own staff in the past? If so, please provide explanation or commentary. (10) The Government intends to solicit coefficient pricing for the base, and each option period. The only economic price adjustment would be through annual updated pricing in the RS Means or other similar unit pricing arrangement based on wage increases. Does your firm foresee any issues providing pricing under this arrangement? THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. ONLY E-MAILED RESPONSES WILL BE ACCEPTED. Responses should be provided no later than 23 December 2016. All responses should be e-mailed to kelvin_smalls@nps.gov. Kelvin J. Smalls, (505) 988-6083 kelvin_smalls@nps.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS00215/listing.html)
- Record
- SN04346106-W 20161209/161207234556-40cc261b62d30ef3053d08b5206dd762 (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 |