SOURCES SOUGHT
Z -- JOC Job Order Contract at Restone Arsenal
- Notice Date
- 6/24/2020 10:18:08 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FBI - REDSTONE ARSENAL REDSTONE ARSENAL AL 35898 USA
- ZIP Code
- 35898
- Solicitation Number
- 15F06720R0000225
- Response Due
- 7/10/2020 3:00:00 PM
- Archive Date
- 07/25/2020
- Point of Contact
- Gosia Thompson
- E-Mail Address
-
gthompson2@fbi.gov
(gthompson2@fbi.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- 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 Sources Sought Notice / Request for Information is to obtain knowledge of interest, capabilities and qualifications from qualified small business concerns. The FBI will use information obtained through this notice as well as other market research to develop an acquisition strategy. Based on the results of our market research, and interest demonstrated by responses to this notice, our goal is the award of a JOC contract to a single qualified small business concern. The North American Industry Classification System (NAICS) code for the JOC contract will be 236220. The small business size standard will be $39.5 million average annual revenue for the previous three years. The total period of performance for this JOC contract, to include all options, shall not exceed five (5) calendar years. Task orders will typically range in value from $10,000 to $350,000, each 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 $50,000,000. The selection process will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. The FBI is requesting that interested small businesses respond to this notice by furnishing the following information by 10 July 2020 at 1700 CST. Responses are limited to no more than three (3) pages and should be in Adobe Acrobat PDF or Microsoft Word format. (1) Company name, address, point of contact, telephone number, email address, and DUNS Number. (2) Socio-economic Classification(s): 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Woman Owned Business, Large Business, or Small Business, etc. State your firm's socio-economic classification and what your average annual revenue has been over the past three (3) fiscal years. The size standard for NAICS 236220 is $39.5M and is calculated by averaging your firm's annual gross receipts over the past three (3) completed fiscal years. (3) Provide a general statement of your 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 $10,000.00 to $350,000.00. (5) State the firm's number of years of experience executing contracts similar to SABER or JOC contracts. What metro locations, geographic areas, remote locations, and/or military installations have you performed projects on under the SABER/JOC business models. Please include contract number(s), dollar value(s) and owner points of contact. (6) Brief description of at least five (5) construction & design / build services similar to that described above provided within the past five (5) years. Minimum information should include the following: contract number, total contract value, project location, period of performance, and a brief description of the services. Do not send photos at this time. 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/protege, 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? The Federal Bureau of Investigation (FBI) requires general construction support for new construction and for the sustainment, restoration, and modernization of buildings, structures, or other real property at Redstone Arsenal, Huntsville, Alabama.� The FBI is requesting general construction services to upgrade/install services to support the FBI at various locations on Redstone to include, but not limited to, the FBI North Site, Interim Training Center Compound and FBI South Site. Each project will be awarded as an individual task order (referred hereafter as �order�) issued against the basic contract, specifying real property maintenance, repair, alteration, and/or new construction. The Contractor shall furnish all materials, equipment and personnel necessary to manage and accomplish the work.� The Contractor shall provide sufficient technical support and project management to assure quality, accuracy of estimates, accommodate a number of concurrent �active� projects, provide flexibility of design staff and subcontractor pool to handle rapid increases in work volume, perform according to schedule (including completion on time), and process submittals and payrolls in a timely manner. The Contractor's work responsibility shall include all contractor planning, programming, administration, coordination, and management necessary to provide all work as specified.� The work shall be conducted by the Contractor in strict accordance with the contract and all applicable Federal, State, and local laws, regulations, codes, or directives.� The Contractor shall ensure that all work provided meets, or exceeds critical reliability rates or tolerances specified or included in applicable documents. �The Contractor shall provide related services such as pre award project development; project management; quality control (QC); preparation, review, and submission of required deliverables, and performance of all associated administrative work required to satisfy requirements specified under this contract and individual orders. Construction Support. The contractor shall furnish the necessary labor, equipment, and materials for various general construction works project to support FBI FFD.� As necessary to provide the work, this contract shall include and incidental architectural and engineering services necessary. Additionally, in many renovation efforts the FBI will require a �turn-key� solution to include all furniture, fixtures and equipment. In those cases, the contractor may use General Services Administration (GSA) schedule vendors and pricing. A letter of authorization to use GSA schedule pricing will be provided to the contractor.� Contractor must adhere to FBI�s operations and maintenance guidelines. Typical task orders may include repair and maintenance of real property, alteration and/or new construction. Specific tasks include, but are not limited to: door replacement and door hardware installation to include conduit; building automation; fencing; underground conduits; general carpentry; repair and replacement of HVAC, water, and sewer systems; security monitoring systems; fire control and suppression system upgrades; paving; concrete work; roofing; landscaping; interior and exterior painting; ceiling repairs or replacements; repair or replacement of floor coverings; renovations; refurbishments; civil works; and electrical repairs involving all types of building crafts and trades. Routine Maintenance and Improvements Outside of Garrison Provided Services. Typical work under this section may include, but not be limited to tasks such as outside building power washing, window cleaning, and street sweeping, parking restriping, internal cleaning of non-administrative facilities such as warehouses and training villages and general grounds maintenance. General grounds maintenance may include mowing services, parking lot cleaning, landscaping and establishment of ground cover. Event Support. Due to ongoing growth of the FBI Redstone footprint and the number of anticipated construction projects to be completed over the next 5 years, the FBI will require a robust support function to accommodate events such as ribbon cuttings. Events will include the rental, set-up and take down of items such as tents, tables, chairs, AV equipment.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d7af502ca80d4f8f98be5a87d51af8fd/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN05701948-F 20200626/200624230153 (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 |