SOLICITATION NOTICE
Z -- HubZone Set Aside-broad range of sustainment, restoration, modernization and minor construction work on real property at the following Army Installations:Ft Greely Cantonment,Missile Defense Complex and MDA Cantonment area.
- Notice Date
- 8/6/2011
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- RCO Fort Wainwright (PARC Pacific, 413th CSB), PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
- ZIP Code
- 99703-0510
- Solicitation Number
- W912D011R0011
- Response Due
- 9/1/2011
- Archive Date
- 10/31/2011
- Point of Contact
- Laura Wayfield, 907-353-3447
- E-Mail Address
-
RCO Fort Wainwright (PARC Pacific, 413th CSB)
(laura.jean.wayfield@us.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Pre-solicitation notice for a set-aside for a HubZone company in the Alaska District who must have arctic construction experience and a certified arctic environment construction engineer. This contract is for a broad range of sustainment, restoration, modernization (SRM) and minor construction work on real property at the following Army Installations: Fort Greely Cantonment, Missile Defense Complex (MDC) and MDA Cantonment area. The work is required in support of Directorate of Public Works (DPW) activities headquartered at Fort Greely, Alaska. The work is required in support of Directorate of Public Works (DPW) activities headquartered at Fort Greely, Alaska. These projects demand high standards of quality and performance. Potential sources must demonstrate proven success in multiple simultaneous project execution and management, and a capability to sustain high levels of performance and payment bonding. Performance goals include maintaining an adequate quality control program, an acceptable response time, and sufficient key management and in-house workforce to perform the work that may be awarded as a result of this contract. Potential sources must demonstrate the ability to provide a mix of personnel with the experience to ensure optimum support for this requirement. The NAICS code for this action is 236220 Commercial and Institutional Building Construction with a size standard of $33.5M. The work is required in support of Directorate of Public Works (DPW) activities headquartered at Fort Greely, Alaska. The Contract Specialist for this solicitation will be Laura Wayfield, 907-353-3447; or by e-mail at laura.jean.wayfield @us.army.mil. FOR INFORMATION ONLY: The JOC is required to successfully accomplish the installation's modernization and restoration of real property, as well as minor construction. The execution of the task orders for the JOC will encompass a wide variety of construction tasks which will be identified in each Statement of Work for each task order solicitation. Finally, the Mission Installation Contracting Command(MICC), Installation Contracting Office(ICO)-Alaska (MICC-ICO-AK), Fort Wainwright will issue task orders to the contractor following each solicitation to complete the work. SCOPE OF WORK: Description of Requirement: This Job Order Contract (JOC) is for a broad range of sustainment, restoration, modernization (SRM) and minor construction work on real property at the following Army Installations: Fort Greely Cantonment, Missile Defense Complex (MDC) and MDA Cantonment area. The work is required in support of Directorate of Public Works (DPW) activities headquartered at Fort Greely, Alaska. The work is required in support of Directorate of Public Works (DPW) activities headquartered at Fort Greely, Alaska. These projects demand high standards of quality and performance. Potential sources must demonstrate proven success in multiple simultaneous project execution and management, and a capability to sustain high levels of performance and payment bonding. Performance goals include maintaining an adequate quality control program, an acceptable response time, and sufficient key management and in-house workforce to perform the work that may be awarded as a result of this contract. Potential sources must demonstrate the ability to provide a mix of personnel with the experience to ensure optimum support for this requirement. New (Minor) construction projects are limited to $750,000 or less, or if it has total funded costs of $1.5 million or less and is intended solely to correct a deficiency that is life-threatening, health-threatening, or safety-threatening in accordance Army Regulation 420-1, Army Facilities Management and 10 USC 2805, Unspecified Minor Construction. During the contract period the DPW will identify individual projects with varied construction tasks and the Mission Installation Contracting Command will solicit each DPW identified project by requesting a proposal from the JOC contractor, hold negotiations and issue a task order to the contractor. Commencement of each Task Order will be within 10 days of the notice to proceed. Individual jobs will vary in size and include tasks in a variety of trades from all construction disciplines including carpentry, road repair, roofing, excavation, interior electrical, steam fitting, plumbing, sheet metal, painting, asbestos abatement, demolition, environmental clean-up, concrete masonry, and welding (this is not an all-inclusive list). Contractors will be responsible to provide all parts, labor, tools, equipment, materials, transportation and supervision necessary to perform each task order in accordance with the specifications, drawings and contract documents. The contractors will be required to set up and maintain a management office at Fort Wainwright in order to receive work and provide other engineering management services related to the accomplishment of individual jobs. The contractor must be readily available to attend site visits and meetings within 24 hours of notification by the contracting office of these events, not including weekend days or Federal Holidays. CONTRACT INFORMATION: The government will utilize the Lowest Price Technically Acceptable (LPTA) source selection procedures for this solicitation conducted in accordance with FAR 15.3 as supplemented. The Government intends to award one contract to a qualified offeror with the lowest price technically acceptable and is deemed responsible in accordance with the Federal Acquisition Regulation (FAR). Interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute construction for JOC contracts resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will be the only contractors who may participate in the solicitation. Once the solicitation is publicized the contractors who responded (qualified contractors for the set-aside) to the pre-solicitation notice will have the opportunity to submit their information covering all the requirements of the solicitation. The Government will evaluate this information with the criteria described in the solicitation, and award the contract to the responsible Offeror who are the lowest price and technically Acceptable. The following evaluation criteria consist of factors and subfactors/elements; Past Performance and Technical Capability. The proposals will be evaluated under Three (3) evaluation factors: Technical Proposal, Past Performance and Price/Coefficient Proposal. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction). The Small Business Size Standard is $33.5 Million. This solicitation is set-aside for competed amongst HubZone designated companies with diversified construction experience within the Alaska district due to the unique environmental conditions and requirement for the company to have an Arctic certified engineer on staff.. The Government intends to award one contract as a result of this solicitation. THIS SOLICITATION IS SET-ASIDE FOR HUBZONE COMPANIES IN THE ALASKA DISTRICT WHO MUST HAVE ARCTIC CONSTRUCTION EXPERIENCE AND A CERTIFIED ARCTIC ENVIRONMENT CONSTRUCTION ENGINEER. CONTRACTORS MUST RESPOND TO THE PRE-SOLICITATION IN ORDER TO PARTICIPATE IN THE RESULTANT SOLICITATION. Per FAR part 36.204 -- Disclosure of the Magnitude of Construction Projects. The magnitude for this requirement is more than $10,000,000. The estimated duration for each contract award will be an initial Base Period of twelve (12) months (includes one month phase) with up to 4 Option Periods of twelve (12) months each, for a total not to exceed contract period of 60 months. The minimum guarantee will be $ 100,000. The minimum guarantee amount will be applicable to the base period and each option period. Funds above the minimum guarantee will be obligated with the issuance of task orders. Task orders issued as a result of this contract will be firm-fixed price. The solicitation will be a negotiated acquisition. There will be no public bid opening. Use of the FedBizOps website requires prior registration at https://www.fbo.gov. It is the offerors responsibility to monitor the FedBizOps web site (using the above link) for amendments to the solicitation. Offerors must be registered with the Central Contractor Registration (CCR) (http://www.ccr.gov/), in order to receive a Government contract award. Contracting Office Address: Mission and Installation Contraction Command, Installation Contracting Office, 1064 Apple Street, PO Box 35510,Fort Wainwright AK 99703-0510 Interested parties responding to this pre-solicitation request shall submit the following information at a minimum: (1) company name and address; (2) Point of contact with phone number and e-mail address; (3) DUNS Number and Cage Code; (4) Title your request with the wording "Ft. Greely JOC"; (5) Responses to this notice are requested to be submitted by Close of business on September 01, 2010. Electronic submissions to be sent to Laura.jean.wayfield@us.army.mil or faxed to 907-353-7302. Point of Contact(s): Laura J. Wayfield, 9073533447
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/38db43c21c8f9c636a205a1d410822d9)
- Place of Performance
- Address: Department of Public Works Fort Greely Bldg 603, 1st Street Fort Greely AK
- Zip Code: 99731
- Zip Code: 99731
- Record
- SN02524735-W 20110808/110806233217-38db43c21c8f9c636a205a1d410822d9 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |