Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2020 SAM #6635
SOURCES SOUGHT

Y -- Ft Bragg_DPW_Horizontal Construction Services

Notice Date
1/27/2020 12:57:13 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W6QM MICC FDO FT BRAGG FORT BRAGG NC 28310-5000 USA
 
ZIP Code
28310-5000
 
Solicitation Number
PANMCC-20-P-006765
 
Response Due
2/5/2020 7:00:00 AM
 
Archive Date
02/20/2020
 
Point of Contact
Oneisha S. Pickard, Phone: 9106433658, Sherry E. Carpenter
 
E-Mail Address
oneisha.s.pickard2.civ@mail.mil, sherry.e.carpenter.civ@mail.mil
(oneisha.s.pickard2.civ@mail.mil, sherry.e.carpenter.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought Notice ONLY.� The U.S. Government desires to procure the Horizontal Construction Services Multiple Award Task Order Contract (MATOC) with an estimated total contract ceiling of approximately $49 million on a small business set-aside basis, provided sufficient 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. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.� We encourage all small business concerns in all socioeconomic categories (i.e. Small Disadvantage Business (SDB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Women-Owned Small Business concerns (WOSB)), 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.� This is a new requirement.� A need is anticipated for Horizontal Infrastructure Construction Services MATOC for the Fort Bragg Directorate of Public Works (DPW). This is a non-personal services requirement to provide all management, personnel, materials, equipment, supplies, and transportation needed to execute project work to include a variety of trades, such as demolition, grading, storm drainage, erosion control, dam, septic system, landscaping, concrete, paving, roadway, airfields, parking lots, water supply, wastewater collection, fencing, and other general construction work. �Projects may include design for Design-Build execution. No projects shall be design only. Projects awarded utilizing the MATOC will possibly stem from completed designs, partial designs, or as specified and will be accompanied by a Statement of Work (SOW). All anticipated projects demand high standards of quality and performance. All work performed shall be in accordance with the industrial and commercial codes/standards. See attached SOW. The anticipated NAICS code(s) is/are:� The NAICS code selected for this acquisition is 236220, ""Commercial and Institutional Building Construction"". The size standard for this NAICS code is $39.5 Million. The Contractor shall provide all supervision, labor, personnel, equipment, materials, and supplies, with the exception of Government Furnished Property (GFP), to perform activities that comprise the full operation of Horizontal Construction Services MATOC for the Fort Bragg DPW. Attached is the draft SOW. PURPOSE OF THIS SOURCES SOUGHT:� The purpose of this sources sought questionnaire is to obtain information on commercial industry capability and availability to satisfy U.S. Army requirements for the following: Provide rapid response to remediation of horizontal infrastructure (i.e. maintenance/repair/ renovation/minor construction situations relating, but not limited to, the civil, mechanical, structural, electrical, etc.) as well as new construction in a cost effective manner for a 5 (five) MATOC. Typical work will include, but will not be limited to: demolition, grading, storm drainage, erosion control, dam, septic system, landscaping, concrete, paving, roadway, airfields, parking lots, water supply, wastewater collection, fencing, and other related construction work.�� INSTRUCTIONS FOR COMPLETING THE SOURCES SOUGHT QUESTIONNAIRE: 1. Number each response with the appropriate question number. 2. You do not have to repeat the question in your response. 3. If you cannot answer a question, please indicate ""No Response."" 4. If a response will satisfy another question, state: ""See response to question XXX."" 5. Include relevant sales media and product manuals. If providing an ACROBAT formatted manual, annotate the manual to indicate which material is applicable to the questions. If preferred, include Internet Web links to locations where animations/videos may be viewed. 6. If your sales media and/or manuals contain a restricted distribution statement, issue a release statement indicating that the restricted material may be distributed to Army personnel involved with this Market Survey. 7. Spell out any acronyms in their first instance. 8. Clearly mark any proprietary information. If applicable, the front page of your response package should state: ""Proprietary Information Contained."" Provide a release statement indicating that the proprietary information may be distributed to Army personnel involved with this Market Survey. Sources Sought � Questionnaire 1. State the full name of your firm, your company DUNS and CAGE code. Include address, point of contact, point of contact title & phone number and email address. 2. Are you a large or small business for North American Industry Classification System? If small business, please list any socio-economic categories. 3. Based on the description would your firm submit an offer if an RFP is issued? 4. How long has your company been in business and what is your experience in providing the aforementioned performance requirements? 5. Has your company provided the aforementioned performance requirements for any U.S. Government agency, State, Local or public/private sector in the past? If so, which agency/agencies? Please list up to 5 (five) recent contracts performed as a prime and/or major subcontractor that is same or similar in nature, size, scope and complexity as described in the SOW. 6. Do you have Design-Build Experience? Describe size and complexity. 7. What is your company's experience with designing and constructing Sensitive Compartmented Information Facilities (SCIFs) for the Government? 8. What is your company's experience with renovations in older (pre-1980's) multi-story facilities and/or Historical buildings? 9. What is your company's experience designing and constructing fire protection and suppression systems in older (pre-1980's) multi-story facilities? 10. What is your company's experience with paving projects to include roads and parking lots? 11. What is your company's experience with new facility construction/additions to existing buildings? 12. State your firm's/venture's current bonding capability to include single and aggregate amounts. 13. 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? If so provide a summary of experience. 14. The projected MATOC could include a requirement to bid for every task order offered. Would this be problematic for your firm? If so provide a summary of experience. 15. What is your company's belief on the key tasks that are needed to be accomplished to be successful in a Horizontal Construction Services MATOC for the Fort Bragg DPW?� In essence, what key tasks should be used for determining minimum capability? 16. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 17.� Identify whether your firm is interested in competing for this requirement as a prime contractor.� If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement then please provide the name of these companies and what work they will be performing, if available. Please provide your company�s specific experience in managing Horizontal Construction Services operations and providing comparable services.� Ensure the information is in sufficient detail regarding previous experience in managing Horizontal Construction Services operations (indicate whether as a prime contractor or subcontractor) on similar requirements (include the services provided (SEE SOW FOR LIST OF SERVICES). If applicable, please provide the same experience information from any Subcontracts, Joint Venture, and/or teaming partners you may propose with.���� ** 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, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, 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 FBO notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. While not a firm cutoff, providing responses to this announcement no later than 10:00 a.m. Eastern Standard Time (EST) on 05 February 2020 will facilitate planning and ensure your capability receives maximum consideration.� Only electronic submissions will be accepted.� Interested business concerns should provide a response to the government Questionnaire (submissions are limited to no more than 25 pages in length, single spaced, and 12 font minimum) demonstrating its capabilities in reference to this requirement.� No particular format is mandated.� The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable.� The response to the government Questionnaire shall be sent by email to: Contract Specialist: Oneisha Pickard Email: oneisha.s.pickard2.civ@mail.mil Procuring Contracting Officer: Sherry Carpenter Email: sherry.e.carpenter.civ@mail.mil Your email subject line should reflect: �Firm�s Name, Response to the Sources Sought Synopsis for the Horizontal Construction Services MATOC for the Fort Bragg DPW, PANMCC-20-P-006765.� Note: the corresponding solicitation number(s) that you are responding to must be identified on the subject line.� The size limit of each email, with all attachments, cannot exceed 9 megabytes (MB) due to the Government�s email system restrictions.� DO NOT SEND ZIPPED files as the Government�s information network will remove all zipped files.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/513946cffe4b4ba3805fa150c8324876/view)
 
Place of Performance
Address: Fort Bragg, NC 28310, USA
Zip Code: 28310
Country: USA
 
Record
SN05544597-F 20200129/200127230133 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.