SOURCES SOUGHT
Z -- Job Order Contract (JOC) for facilities throughout the states of North Carolina and South Carolina
- Notice Date
- 12/5/2022 12:41:42 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W6QM MICC FT MCCOY (RC) FORT MCCOY WI 54656-5142 USA
- ZIP Code
- 54656-5142
- Solicitation Number
- W911SA23B2007
- Response Due
- 12/21/2022 6:00:00 AM
- Point of Contact
- Vance C. Bickford, Phone: 6083886077
- E-Mail Address
-
vance.c.bickford.civ@army.mil
(vance.c.bickford.civ@army.mil)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Description
- This is a request for information (RFI) notice only. This is not a request for proposals and no contract shall be awarded based on this notice. There is no bid package or solicitation document associated with this announcement. Response to this RFI is strictly voluntary and will not affect any company's ability to submit an offer if a solicitation is released. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Respondents to this RFI may be asked to provide additional information/details based on their initial submittals. The Mission and Installation Contracting Command, Fort McCoy, Wisconsin is conducting market research in order to determine the availability and capability of companies for Job Order Contract (JOC) for facilities throughout the states of North Carolina and South Carolina. SYNOPSIS: �Typical task orders may include repair and maintenance of real property, repair and replacement of HVAC, water, and sewer systems, paving, roofing, interior and exterior painting, ceiling repairs or replacements, repair or replacement of floor coverings, renovations, refurbishments, civil works and electrical repairs involving all of the building crafts and trades. Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the work.� The type of solicitation issued will depend upon the responses to this sources sought. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. Mission and Installation Contracting Command�s determination on how to complete the proposed requirement will be based on responses to this notice and is the sole discretion of the Contracting Officer. The U.S. Government desires to procure all projects on a HUBZone set-aside basis, provided 2 or more qualified HUBZone businesses respond to this source 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 HUBZone businesses do not respond with information to support the set-aside.� We encourage all HUBZone 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. 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. Any work to be performed will be done as firm fixed price within the North American Industry Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction with a small business size standard of $39.5 Million for this project.� Responses to this announcement must be received no later than 09:00 AM CST on 21 December 2022.� Responses shall be e-mailed to Vance C. Bickford at vance.c.bickford.civ@army.mil. Responses shall include the following: 1) Solicitation Number in the subject line of the email 2) Company Name and Point of contact information to include name, e-mail, address, telephone, and fax numbers 3) Unique Entity ID number 4) Size of the business (small or large) and the socioeconomic status of the company (i.e. HUBZone, 8(a), etc.) 5) A written narrative of the contractor's capability to provide the requirements listed above.� Include examples of similar work performed both on Army Reserve Bases and off the base in the past. 6) Address specifically if your firm can meet the completion date based on the information given.� Please do not call to state your interest, emails are printed and filed electronically to document interest in this project.� Thank you.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f1b1c4933268424d9ce3145b6dda7dc8/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06535396-F 20221207/221205230108 (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 |