SOURCES SOUGHT
Z -- Dugway Proving Ground - Job Order Contract - Minor Construction
- Notice Date
- 1/17/2024 12:00:51 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-24-R-0002
- Response Due
- 1/31/2024 2:00:00 PM
- Archive Date
- 02/15/2024
- Point of Contact
- Nicholas J. Rowton, Phone: 4358312620, Paul E. Frailey, Phone: 4358312587
- E-Mail Address
-
nicholas.j.rowton.civ@army.mil, paul.e.frailey.civ@army.mil
(nicholas.j.rowton.civ@army.mil, paul.e.frailey.civ@army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- The Department of the Army, Army Contracting Command, MICC Dugway Proving Ground (DPG) is issuing this sources sought synopsis for conducting market research to identify parties having an interest and resources to support the requirement for environmental support for DPG. The intention is to procure these services on a competitive basis. This is a Sources Sought Notice ONLY.� The U.S. Government intends to award an IDIQ Task Order, Firm Fixed Price Job Order Contract for a broad range of real property repair and construction work at USAG Dugway Proving Ground, (DPG). The Government intends to compete this requirement as an 8(a) Set Aside. NAICS 236220 is set aside 8(a) offerors identify as such this in any capabilities statement. Telephone inquiries are not encouraged. �No feedback or evaluations will be provided to companies. DESCRIPTION OF SERVICES This contract is for a broad range of real property repair and construction work at USAG Dugway Proving Ground.� Potential projects include, but are not limited to, administrative facilities, maintenance shops, child development centers, physical fitness centers, maintenance shops, food service facilities, airfield structures, patching and repair of pavement incidental to other work, athletic fields, underground utilities, overhead utilities, gates, warehouses, and auditoriums.� Projects may include fire sprinkler systems, pre-engineered buildings, testing, studies, surveys, and abatement for lead-based paint (LBP) or asbestos containing materials (ACM) incidental to the work. Task Orders will not be awarded for the sole purpose of ACM, LBP, or mold mitigation. Facility repairs, renovations, and construction shall conform to the requirements of the technical criteria described in the task order (TO).� The Contractor will furnish on-site site work as required per the line item in the Unit Price Book (UPB).� The Contractor will use an electronic cost planning software with RS Means cost data as the UPB.� The Contractor will provide record drawings which conform to the electronic computer-aided design and drafting (CADD) software currently utilized by the Directorate of Public Works (DPW).� The Contractor will perform work in accordance with (IAW) local policies, local and national codes, and industry and trade organization standards.� SEE ATTACHED FOR DETAILS NOTE: E-mail is the preferred method of contact for questions or communication. Voice mail/messaged not managed with government land line #.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0a450a3f26444ec5a4d4b87a26c4c1f6/view)
- Place of Performance
- Address: Dugway, UT 84022, USA
- Zip Code: 84022
- Country: USA
- Zip Code: 84022
- Record
- SN06937730-F 20240119/240117230046 (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 |