SOURCES SOUGHT
Z -- Sources Sought for Small Business Only: IDIQ MATOC - for Missouri Statewide. Market research to provide data for planning purposes only.
- Notice Date
- 4/23/2013
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
- ZIP Code
- 65101-1200
- Solicitation Number
- W912NS-13-R-XXXX
- Response Due
- 5/8/2013
- Archive Date
- 6/22/2013
- Point of Contact
- Kerrey Renkemeyer, 573-638-9550
- E-Mail Address
-
USPFO for Missouri
(kerrey.a.renkemeyer.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS FOR SMALL BUSINESS ONLY: This is a request for information/market research to provide data for planning purposes ONLY. This sources sought synopsis DOES NOT constitute a request for proposal, request for quote, invitation for bid, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government is not obligated to and WILL NOT pay for information received as a result of this announcement. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete for and perform a Firm Fixed Price IDIQ Multiple Award Task Order Contract (MATOC). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code (236220) should not submit a response to this notice. The Small Business size standard for NAICS code 236220 is $33.5 million dollars in average annual receipts over the past three years. This Sources Sought encourages maximum participation of interested Small Business companies. Prior Government contract work is not required for submitting a response under this sources sought synopsis. A determination by the Government not to compete this requirement as a set-aside based upon responses to this notice and other market research is solely within the discretion of the Government. The Missouri National Guard is seeking potential sources capable of furnishing all but not limited to interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities, surveys, studies, design-build and other such related work which would be outlined in task order and job drawings. The Government anticipates award of multiple Indefinite Delivery Indefinite Quantity Contracts with Firm Fixed Prices for a base two year period of performance and three(3) one-year option periods, for a total contract performance period of sixty (60) months, if the option periods are exercised. The primary locations of performance are St Louis (Lambert, Jefferson Barracks, Kingshighway Reserve Center), St. Joseph (Rosecrans), Fort Leonard Wood, Wappappello Training Site, Poplar Bluff MO, Whiteman AFB, Camp Clark, Nevada MO and Camp Crowder, Neosho, MO If qualified and interested, per the definition above, please submit a letter (maximum of 5 pages) via email or mail stating the following: 1) Name of your company, address, point of contact with phone number, e-mail address and fax number. 2) Which locations that your company is interested in submitting a proposal(s) for once the solicitation is issued. 3) Business size for the assigned NAICS code. In addition to the size of business, indicate any other socioeconomic designations such as 8(a), Small Disadvantage Business, HUBZone Small Business, Service Disabled Veteran Owned Small Business, Small Women-Owned Business, etc. 4) Company's capability to perform a contract of this magnitude and complexity by including a brief description of at least (3) project, customer names and phone numbers, timeliness of performance, and dollar values of the projects. 5) Describe your company's bonding capability. 6) If company is/will be part of a joint venture, state names of joint venture members and their business size(s). Each response shall be reviewed by the Contracting Officer/Specialist for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. All information furnished to the Government in response to this notice will be used for review purposes only. In any joint venture or teaming arrangement the firm must qualify as a Small Business in accordance with NAICS code 236220 in order to be considered under this Sources Sought Notice. All respondents are reminded that at least fifteen (15) percent of the cost of the contract, not including the cost of materials, shall be performed by employees of the prime contractor per FAR clause 52.219-14(b)(3) - Limitations on Subcontracting. Responses must be submitted to this office in writing, by email or regular mail by 9:00 AM CST on May 8, 2013. Submit response and information via email to: Kerrey.a.renkemeyer.civ@mail.mil or via regular mail to: USPFO-MO, (NGMO-PFO-C) ATTN: Kerrey Renkemeyer, 7101 Military Circle, Jefferson City MO 65101-1200. Regular mail and email responses will be accepted. Facsimile responses will NOT be accepted. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and future solicitation. Please note: Prime contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database at www.sam.gov. NOTE: EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS AND NO TELEPHONE CALLS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23/W912NS-13-R-XXXX/listing.html)
- Place of Performance
- Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
- Zip Code: 65101-1200
- Zip Code: 65101-1200
- Record
- SN03043324-W 20130425/130423234944-358bd17186a5c5a087f9c86f04e7cd4b (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 |