Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2025 SAM #8458
SOURCES SOUGHT

Z -- 63RD Region 3 MATOC, 5 Years

Notice Date
1/21/2025 10:32:27 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
W911SA25RA004
 
Response Due
1/21/2025 11:00:00 AM
 
Archive Date
07/01/2025
 
Point of Contact
Neil Hogie, Phone: 502-898-3102, RACHEL MURPHY, Phone: 6083884597
 
E-Mail Address
neil.e.hogie.civ@army.mil, rachel.i.murphy.civ@army.mil
(neil.e.hogie.civ@army.mil, rachel.i.murphy.civ@army.mil)
 
Awardee
null
 
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 companys 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 Governments 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 Multiple Award Task Order Contract (MATOC) for facilities throughout the state of Arizona, Nevada, New Mexico, and Texas. Maximum Estimated Contract Value is $25,000,000.00 for a 5-year ordering period. 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 Commands 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. 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 $45 Million for this project. Responses shall be e-mailed to Neil Hogie at neil.e.hogie.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, 8a, etc.; 5. A written narrative of the contractors capability to provide the requirements listed above. Include examples of similar work. Emails are printed and filed electronically to document interest in this project. Thank you.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b482b2ad23034310b452775e16b646a7/view)
 
Record
SN07318843-F 20250123/250121230109 (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.