Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2025 SAM #8515
SOURCES SOUGHT

Y -- Small Construction Services BPA

Notice Date
3/18/2025 11:32:14 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ARC DIV PROC SVCS - AFRH PARKERSBURG WV 26101 USA
 
ZIP Code
26101
 
Solicitation Number
20342325N00009
 
Response Due
4/1/2025 11:00:00 AM
 
Archive Date
04/16/2025
 
Point of Contact
Kaity Eaton, Greg Johnson
 
E-Mail Address
purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this Request for Information (RFI) is to find capable vendors to support the Armed Forces Retirement Home of Washington, D.C. (AFRH-W) with a Small Construction Service Blanket Purchase Agreement (BPA). VENDORS MUST REVIEW THE ENTIRE REQUIREMENT AND SHALL ONLY RESPOND IF FULLY CAPABLE OF SATISFYING ALL ASPECTS OF THE REQUIREMENT. This is an RFI for market research purposes, and not a solicitation. I. SCOPE SUMMARY (see DRAFT PWS for requirement details) The Performance Work Statement (PWS) is to establish a BPA for Small Construction Services for AFRH-W to provide all the necessary services, qualified personnel, material, and equipment as needed to perform the PWS. The estimated BPA ceiling is $20,000,000.00. Many BPA Orders are anticipated with an estimated cost for each between $100,000.00 - $250,000.00. II. ANTICIPATED PERIOD OF PERFORMANCE The anticipated Period of Performance will be for one (1) 12-month base period and four (4) 12-month option periods to start as soon as possible. III. ADDITIONAL DETAILS NO SOLICITATION IS AVAILABLE. A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Request for Information. Telephone responses or inquiries to this Request for Information will NOT be accepted. Fiscal Service will consider responses received no later than 2:00 PM ET, April 1, 2025, as submitted in writing to kaity.eaton@fiscal.treasury.gov and purchasing@fiscal.treasury.gov. Please include �RFI: 20342325N00009, Construction BPA - KE/GJ� in the subject line. Only minor questions about this requirement will be entertained, as a vendor pool is all that is being sought at this time. Further questions and answers will be fielded during the RFQ period in the future. Quotations will not be accepted at this time. Qualified contractors must provide the following: The name and location of your company, contact information, and identify your business size and socioeconomic category. Please ensure contact information includes the name of the point of contact, email address, and telephone number should the Government have questions regarding individual responses. The GSA contract or other vehicle your services are available through, including the schedule/GWAC number, NAICS Codes, and applicable SIN. Submissions should include sufficient evidence clearly demonstrating a vendor�s capability. Responding vendors shall provide a general capabilities statement that includes a description of their standard line(s) of business, information outlining their experience, along with a technical narrative addressing each specified requirement in the PWS. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: .bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta,, .cpl, and .zip files. Microsoft Office compatible documents are acceptable. This notice does not restrict the Government to an acquisition approach. All firms responding to this notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to any resultant solicitation separately from their response to this notice, should one be issued.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/da62cfbf465d4e33ba3e1e4cbe3ae38a/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07376666-F 20250320/250318230054 (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.