Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2023 SAM #8061
SOURCES SOUGHT

Z -- West Point DPW MATOC

Notice Date
12/21/2023 12:19:39 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
 
ZIP Code
23604-5538
 
Solicitation Number
W911S024R0004
 
Response Due
12/29/2023 11:00:00 AM
 
Archive Date
12/30/2023
 
Point of Contact
Danielle Beavers-Rose, Phone: 7575018331, Arianna Ruggirello, Phone: 7575017093
 
E-Mail Address
danielle.beavers-rose.civ@army.mil, arianna.m.ruggirello.civ@army.mil
(danielle.beavers-rose.civ@army.mil, arianna.m.ruggirello.civ@army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This Multiple Award Indefinite Delivery/Indefinite Quantity (MAIDIQ) contract is used for a broad range of maintenance, repair, alteration, remodeling, renovation, and new construction. DPW has a requirement to Renovate and Modernize the existing facilities on the West Point installation. The Contractor will be responsible for providing all personnel and materials to develop Design-Bid-Build projects that will become part of real property. Design-Bid-Build (Construction) is defined as the traditional delivery method for construction projects where design and construction are sequential and contracted for separately; with two contracts and two contractors. The drawings and specifications created under an initial Architect/Engineer contract are used as the bid documents in the following construction contract. The offeror shall possess the skill and licenses required to perform construction projects and design/build projects required under the resulting contract or have a viable plan to obtain any skills and/or licenses lacking. A technical bid docdesign level beyond 20% design-build will not be required by the offeror for any project under the resulting contract. Per SOW p.46, �59.4.1. Transfer and Acceptance of Military Real Property,� for all the project that requires a DD FORM 1354, the contractor shall complete and submit the form part of their closeout documents. The contractor shall provide all parts, labor, plan, equipment, material, supplies, supervision, management, transportation, and all other requirements to successfully perform all MAIDIQ projects. Work shall be performed in strict accordance with all terms and conditions of the MAIDIQ and resulting TO (Task Order), to include but not limited to, the TO, Statement of Work (SOW), specifications, drawings, applicable wage determinations and all other documents incorporated into the TO. TOs shall vary in size ranging from $2,000.00 to approximately $50,000,000.00 with the majority being between $750,000.00 and $50,000,000 (See SOW p. 1 �1.3. TO�). The ceiling amount for this requirement is $180,000,000.00, and the guaranteed minimum is $2,000.00 for the base period only. Majority of the work shall be performed on historical buildings administrative, classroom, dining, sports, recreational, billeting, workshops, maintenance, and training facilities. All construction work performed under this MAIDIQ shall be at United States Army Garrison, West Point, NY and at Stewart Army Sub Post New Windsor, NY. Both locations are located in the tristate area and are easily accessible by rail and public highways. West Point DPW requires various support services as shown in ""Attachment 1 � MAIDIQ SOW"" for the follow-on contracts to the current Multiple Award, TO contracts at West Point NY. Specifically, MICC intends to gain market knowledge of potential 8(a) small business sources relative to a requirement that, at this time, will be under the following: NAICS Code: 236220 -- Commercial and Institutional Building Construction Small Business Size Standard: Not to exceed $45,000,000.00 gross annual receipts. PSC: Z1QA- Maintenance of Restoration of Real Property (Public or Private) Includes: All Actions Necessary to Restore, Rehabilitate, or Reclaim Property NOTE: If, after reviewing the draft Statement of Work (SOW), your firm believes another NAICS code is more appropriate, provide the rationale and justification. After review of the responses to this Sources Sought announcement a synopsis and/or solicitation announcement may be published at a later date. Please provide a capability statement addressing your organization's ability to perform as a prime contractor for the functional areas and advise the government of areas that your company would subcontract or partner. Capability statements in response to this notice shall include the following information and shall not exceed fifteen (15) pages: a) Company name, address, CAGE code, UEI, and points of contact with telephone numbers, email addresses, and company roles. b) Business size/classification in regard to NAICS 236220, to include socioeconomic designation of 8(a) companies. c) Number of Employees. d) Average revenue for the last three (3) years. e) Resources to include your company's growth capabilities and amount of established line of credit. f) Description of firm's capability to provide the specified support and support services including communication of technical expertise. Capabilities must be presented in sufficient detail in order for the Government to determine if the company possesses the necessary functional area expertise and experience to provide nonpersonal services for the nine functional areas mentioned in this notice. g) Past performance/experience on contracts of similar scope (relevancy) that are within the last three (3) years (recency) of the issue date of this announcement. Past performance should include project title, location, general description of the services provided, the company's role, the dollar value, and name of the company/agency/Government entity for which the work was performed. h) We are currently anticipating multiple awards of Indefinite Quantity/ Indefinite Delivery contracts with Firm Fixed Price Task Orders for this action. Following contract award, what transition period do you feel would be adequate to start processing task orders? i) We are anticipating providing a Sample Task Order for pricing the action with the solicitation. Does this strategy sound adequate to provide a firm fixed-price effort? j) We are anticipating issuing Requests for Task Order Proposals using a SOW. What risks do you foresee with this approach and how would you mitigate those risks? k) Are there currently any concerns with the stability of the market or labor conditions due to COVID-19? It is imperative that businesses responding to this sources sought announcement articulate their capabilities clearly and adequately regarding each functional area listed. Industry input is also requested on the DRAFT SOW that is attached. Questions and/or feedback related to the SOW MUST be submitted as a separate document. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, 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 Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Responses will only be accepted via e-mail. Telephonic responses will not be honored. Please send your responses to MICC - Fort Eustis by 2:00 pm EST, Friday December 29th, 2023. Submissions should be sent to Arianna Ruggirello at arianna.m.ruggirello.civ@army.mil and Danielle Beavers-Rose at Danielle.beavers-rose.civ@army.mil. This is NOT a Request for Proposal. IF A SOLICITATION IS ISSUED,IT WILL BE ANNOUNCED AT A LATER DATE. All interested parties shall respond to that solicitation announcement separately from this sources sought announcement. No award will result from this sources sought announcement. No reimbursements will be made for any costs associated with providing information in response to this announcement. This notice does not constitute any commitment by the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fdec41b177734c399ea7c404d23a5daf/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN06920388-F 20231223/231221230051 (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.