Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2018 FBO #6141
SOURCES SOUGHT

Y -- Design Build Multiple Award Task Order Contract (MATOC)

Notice Date
9/14/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Riley, 1792 12th Street, Fort Riley, Kansas, 66442-0248, United States
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-19-R-0001
 
Point of Contact
Hubert W. Scipio, Phone: 7852394073, Larry D. Graham, Phone: 7852395226
 
E-Mail Address
hubert.w.scipio.civ@mail.mil, larry.d.graham12.civ@mail.mil
(hubert.w.scipio.civ@mail.mil, larry.d.graham12.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. Design Build Multiple Award Task Order Contract The MICC Riley Contracting Office, Ft. Riley, KS, is seeking capabilities from businesses classified as Small, 8(a), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Historically Underutilized Business Zone (HUBZone) for the purposes of determining the appropriate level of competition for a Multiple Award Task Order Contract (MATOC) Design Build Construction Contract. Depending upon the response to this notice and other market research, MICC Ft. Riley may limit the competition to a specific category of small business at the exclusion of all other potential business concerns. If adequate responses are not received from the previously mentioned concerns, the acquisition may be solicited on an unrestricted basis. MICC Ft. Riley intends to issue a formal Request for Proposal (RFP) in the near future for the acquisition of a MATOC to be performed at Ft. Riley. The NAICS code for this requirement is 236220, Commercial and Institutional Building Construction; the Small Business Size Standard is $36.5M. In accordance with FAR 52.204-99, contractors must be registered in the System for Award Management (SAM) database at https://www.sam.gov/ in order to receive an award from any resultant solicitation, should one be issued. A MATOC is an indefinite-delivery indefinite-quantity contract that is awarded to multiple firms. Task orders for individual construction projects are then competed amongst the pool of awarded vendors. Each vendor within the pool will be mandated to compete for every and all task orders issued. Anticipated task orders shall be firm fixed price with a magnitude up to $5,000,000.00. The total contract value for this contract is not to exceed $50,000,000.00 over a five-year period. Each contract awarded will contain a base 12-month period and four 12-month option periods. The work consists of a wide variety of construction tasks, including design-build; renovation; additions/upgrades; new construction integrating multiple construction trades and disciplines. We are requesting that all interested and qualified firms respond to this sources sought notice with a capability statement similar to your marketing package used in the everyday course of doing business. In-house design capability or ready access to design capability is essential for projects under this MATOC; past performance within the past 5 - 7 years must be addressed in the capability statement along with engineering capacity whether in house or contracted; the successful awardees shall be capable of providing full-project design from concept or a performance-oriented statement of work. Included as part of submission must be a minimum 4 examples of recent comprehensive engineering accomplishments resulting in successful completion. Oral communications are not acceptable in response to this notice. Contractors are highly encouraged to submit a package containing the following information: (1) Company Information (e.g. name, business address, point of contact, telephone number, e-mail address). Also include DUNS Number or CAGE Code; (2) Socio-economic Status (e.g., Small, 8(a), WOSB, VOSB, SDVOSB, HUBZone, and any associated documentation of such status, certification or approvals). Also include business size in relation to the NAICS code size standard assigned to this acquisition; (3) Summary of how your company is capable and qualified to handle this type of construction following the guidance of paragraph 4 above; (4) Summary of construction projects that show your company's capabilities and past performance which demonstrate the ability to execute multiple task orders concurrently in a wide variety of design and construction efforts. Also identify specialty construction trades as well as experience in delivering design-build projects. The list of relevant projects should include names of the firm(s) and project team members; customer or agency and their point(s) of contact (e.g., contracting officer, project manager, inspector, contracting officer's representative) with titles and phone numbers and e-mail addresses; project scope; project value; type of contract; percentage of work completed as the prime contractor; and trades involved in the project; (5) Bonding capability per contract and aggregate; All of the above must be submitted in sufficient detail for a decision to be made on the availability of small business concerns. Please limit submission of your information capability statement and data to ten (10) pages. Send responses to Hubert "Warren" Scipio via e-mail to hubert.w.scipio.civ@mail.mil in PDF or Microsoft Word format. In order to be considered in this market survey, please reply by 4:30 p.m. (CST), Friday, 12 November 2018. The information requested by this notice will be used within the DoD and SBA to facilitate decision making and will not be disclosed outside the agencies. This is a sources sought announcement only; no solicitation exists or is available at this time. Any information contained herein is subject to change; any updated information will be provided in future announcements and posted electronically on the Federal Business Opportunities website at https://www.fbo.gov/. The Government shall not reimburse the costs of preparing responses to this sources sought notice. In addition, this announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In the event a solicitation is developed, it will be published on the FedBizOpps website. Potential interested parties are responsible for monitoring this site for the release of the solicitation package as well as downloading their own copy of the solicitation and amendments, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6980d1350149b5a06331b074cb3f168)
 
Place of Performance
Address: Fort Riley, Fort Riley, Kansas, 66442, United States
Zip Code: 66442
 
Record
SN05090578-W 20180916/180914231146-c6980d1350149b5a06331b074cb3f168 (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.