SOLICITATION NOTICE
Z -- Job Order Contract, Fort Hunter Liggett, California
- Notice Date
- 7/24/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W9124J-12-R-0015
- Response Due
- 10/1/2012
- Archive Date
- 11/30/2012
- Point of Contact
- Shawn Reinhart, 2104662198
- E-Mail Address
-
MICC Center - Fort Sam Houston (JBSA)
(shawn.r.reinhart2.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The Mission Installation Contracting Command - Fort Sam Houston, Texas, intends to issue a solicitation for one (1) Job Order Contract (JOC) at Fort Hunter Liggett, California, and the immediate vicinity. The contractor will furnish all labor, materials, tools, equipment, transportation and supervision to perform the JOC, which consists of a broad range of sustainment, restoration, modernization, repair and minor construction of buildings, structures or other real property. The work to be performed under the JOC is necessary for the maintenance, repair and readiness of the Fort Hunter Liggett Army Installation. The contract type will be a fixed price, Indefinite-Delivery, Indefinite-Quantity contract with an anticipated base period of twelve months and four 1-year option periods. The guaranteed contract minimum is $250,000.00 for the base year and each option year, if the Government exercises the option period(s). Maximum potential contract value is $30 Million if all four option periods are exercised. Option periods will be exercised at the Government's discretion. Funds are not currently available for this requirement. This project is Subject to Availability of Fiscal Year 2013 Funding. Individual task orders will be firm fixed price and will range from a minimum of $2,000 to a maximum of $750,000. It has been determined that competition will be limited to 8(a) firms located within the geographical area serviced by the Fresno, San Francisco, and Sacramento SBA District Offices and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. The North American Industry Classification System (NAICS) for this requirement is 236220 with a small business size standard of $33.5 Million. This solicitation is a best value Lowest Price Technically Acceptable (LPTA) Request for Proposals (RFP) subject to FAR Part 15.101-2 procedures. To be considered acceptable, offerors shall specifically address each of the evaluation factors set forth in the solicitation. A bid bond is required in the amount of 20 percent of the bid price or $3 Million, whichever is less. Performance and payment bonding in the estimated annual maximum amount of $6 Million are also required. The solicitation is anticipated to be issued/posted on or about 30 August 2012 under solicitation number W9124J-12-R-0015 to the Federal Business Opportunity (FBO) at https://www.fbo.gov/. All contractors and subcontractors interested in this project should register at this site. Proposals are anticipated to be due on or about 1 October 2012. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. The Government intends to award without discussions, therefore, the Offeror's initial proposal shall contain its best terms. A pre-proposal conference and site visit will be held at Fort Hunter Liggett, the date and time will be provided in the solicitation. All contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation. The Government anticipates issuing a draft of the solicitation for review and comment. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Interested parties must be registered in the Central Contractor Registration (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. Online Representations and Certifications Application (ORCA) must also be completed for award. Please register Representations and Certifications at - - - http://orca.bpn.gov. Note to offerors: The Government reserves the right to cancel the solicitation, either before or after the proposal opening with no obligation to the offeror by the Government. The points of contact are Mr. Shawn Reinhart, Contract Specialist, at email shawn.reinhart@us.army.mil and Mr. John Winnie, Contracting Officer, at email john.winnie@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6b710739873040ec8608e2c86c36d51e)
- Place of Performance
- Address: Fort Hunter Liggett, California Directorate of Public Works Fort Hunter Liggett CA
- Zip Code: 93928
- Zip Code: 93928
- Record
- SN02813742-W 20120726/120725000330-6b710739873040ec8608e2c86c36d51e (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 |