Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2018 FBO #5970
SOLICITATION NOTICE

Y -- Fort Drum General Construction BPA - BPA Synopsis Document

Notice Date
3/27/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Drum, 45 West Street, Fort Drum, New York, 13602-5220, United States
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-18-U-8000
 
Archive Date
4/8/2023
 
Point of Contact
Thomas J. Brown, Phone: 3157728569, Marie C. McGuire, Phone: 315-772-9908
 
E-Mail Address
thomas.j.brown314.civ@mail.mil, marie.c.mcguire.civ@mail.mil
(thomas.j.brown314.civ@mail.mil, marie.c.mcguire.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
BPA Synopsis Document Agency/Office: MICC Fort Drum Location: MICC - Fort Drum Title: General Construction Blanket Purchase Agreement This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission and Installation Contracting Command (MICC) Fort Drum, NY is seeking to identify multiple Small Businesses with the interest and resources to enter into a Blanket Purchase Agreement (BPA) for General Construction Services under North American Industry Classification System (NAICS) Code 236220 Commercial and Institutional Building Construction. The small business size standard for this industry is $36.5 million in average annual revenue. The Product Service Code is Y1JZ. MICC Fort Drum anticipates procuring construction projects valued between Micro-purchase Threshold and Simplified Acquisition Threshold on a competitive basis through the BPA Suite for General Construction Services. Construction projects under the BPA Suite would include but not be limited to the following: Provide all necessary resources, management, personnel, materials, supervision, transportation, supplies, and all equipment, except Government Furnished Property (GFP) to facilitate all phases of work in connection with various general construction projects on Fort Drum, NY. This would include new work, additions, alterations and maintenance and repair of real property facilities and structures. Insurance is required for these types of projects; and information on required insurance amounts will be included in the Statement of Work. BPAs under this BPA Suite will have a ceiling of $7.0 million. Contractors under this BPA Suite must be capable of obtaining the payment bonds required for construction projects valued between $35,000 and the Simplified Acquisition Threshold. Contractors unable to meet this bonding requirement will not be considered for inclusion in this BPA Suite. Due to the possibility of emergency work orders, BPA contractors must also have the resources necessary to respond to emergency work within 90 minutes. Contractors not able to meet the 90 minute response time for emergency work orders will not be considered for award. Where site visits are offered and attended, the prime BPA Contractor must represent themselves (subcontractors cannot represent a prime contractor on site visits or in response to any request for information or quote). BPA contractors shall comply with FAR 52.222-6 Construction Wage Rate Requirements (formerly Davis-Bacon Act). Each project will be competitively procured, and the Government will incorporate the most current Davis Bacon wage determination in effect at time of award. Davis Bacon wage determinations are located at http://www.wdol.gov/usrguide/index.aspx. When establishing these BPAs, the Government will consider price; socio-economic status; past performance, where past performance exists; and technical capabilities. BPAs will be evaluated annually, and may remain in place for up to five (5) years. Annual review of BPAs will be performed to determine whether the Government is receiving fair and reasonable pricing, usage and participation, which may result in either continuing the BPA or early expiration. Early expiration may result if the Government no longer has a requirement for the general construction services provided by the Contractor. MICC Fort Drum anticipates a maximum of 10 contractors in the BPA suite at a time. A list of interested vendors will be maintained. The Contractor must be registered in Wide Area Work Flow (WAWF) for contract payment. To register and access WAWF, go to https://wawf.eb.mil/. As prescribed in DFARS 252.204-7004, interested parties must be registered with the System for Award Management (SAM) under NAICS Code 236220. Representations and Certifications must also be on record. SAM registration is free, and done through the website at https://www.sam.gov. IAW FAR 13.003(b) this procurement will be 100% set aside for small business concerns. Instructions to Interested Parties: If your small business organization has the potential capacity to perform these general construction services, and is interested in being considered for inclusion in this BPA Suite, respond electronically to the point of contact information below. Responses must reference "General Construction BPA" in the subject field, be in Portable Document Format (PDF), submitted electronically to Mr. Thomas J. Brown, thomas.j.brown314.civ@mail.mil with a courtesy copy to Mrs. Marie C. McGuire, marie.c.mcguire.civ@mail.mil, and include the following: 1) DUNS Number; 2) CAGE Code; 3) Tax ID Number; 4) POC's name, physical address, email address, and telephone number; 5) website address; 6) small business size, socioeconomic categories, and type of ownership for the organization; 7) Capability Statement and 8) letter from surety confirming your organization's bonding capability. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/14cada19a06982cdd730c2c8b61f1f75)
 
Place of Performance
Address: Fort Drum, New York, 13602, United States
Zip Code: 13602
 
Record
SN04868886-W 20180329/180327232100-14cada19a06982cdd730c2c8b61f1f75 (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.