Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2024 SAM #8425
SOURCES SOUGHT

Z -- CALIFORNIA REGION 4 MATOC

Notice Date
12/19/2024 6:18:42 AM
 
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
W911SA25RA010
 
Response Due
1/3/2025 10:00:00 AM
 
Archive Date
01/15/2025
 
Point of Contact
William Parsons, Phone: 5028981007, Steven Bailey, Phone: 502898-4525
 
E-Mail Address
william.a.parsons4.civ@army.mil, steven.m.bailey2.civ@army.mil
(william.a.parsons4.civ@army.mil, steven.m.bailey2.civ@army.mil)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT 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 Sources Sought is strictly voluntary and will not affect any company 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 based on this Sources Sought or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of preparing submissions in response to this Sources Sought and the Government use of such information. Submittals will not be returned to the sender. Respondents to this Sources Sought 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 to determine the availability and capability of companies for the project listed below. Project 1. Region 4 (Entire State of California, Multiple Locations) MATOC IDIQ, $25,000,000 max value, Solicitation Number: W911SA25RA010 SYNOPSIS: The General Scope of this upcoming requirement is to provide all management, personnel, materials, equipment, supplies, and transportation needed to execute tasks for a variety of trades such as carpentry, roofing, painting, electrical, HVAC, plumbing, masonry, demolition, roadwork, storm drainage, earthwork, welding, and other general construction. 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). DPW projects include design-build projects. All anticipated projects demand high standards of quality and performance. All work performed shall be in accordance with the industrial and commercial codes/standards. The capabilities required for this acquisition will be of the following general project categories: (1) Construction, repair and alteration of various facilities, (2) Minor construction and real property maintenance, remodel, and repair to include but not limited to the following: Foundation and Site Work, Concrete Construction, Masonry Construction, Metals, Carpentry, Thermal/Moisture Protection, Earthwork, Curtain walls, doors, windows, glass, Finished Materials, Fencing Communications, Elevators/Conveying Systems, Mechanical/ Electrical, Demolition and Removal, Roads/ Paving, and Painting. Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the work. The type of set-aside will depend in part to the responses of this sources sought. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities and socio-economic category 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 off errors 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, with a small business size standard of $45.0 Million for this project. Responses to this announcement must be received no later than 12:00PM CST 03 January 2025. Responses shall be emailed to william.a.parsons4.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) SAM unique 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 capability to provide the requirements listed above to include examples of similar work performed 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/7f0d38c152c64bc18d450bd0fea1f8f1/view)
 
Record
SN07298079-F 20241221/241219230118 (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.