SOURCES SOUGHT
Z -- Job Order Contract (JOB) - Joint Base Lewis-McChord
- Notice Date
- 9/30/2013
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S813R0027
- Response Due
- 8/31/2015
- Archive Date
- 11/29/2013
- Point of Contact
- Suzanna S. Day, 253-966-0175
- E-Mail Address
-
MICC - Joint Base Lewis-McChord
(suzanna.s.day.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mission and Installation Contracting Command, Joint-Base Lewis-McChord (MICC-JBLM), Washington, is conducting preliminary planning market research to obtain information from potential and eligible 8(a) contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for construction. Orders placed under the contemplated contract will be for construction work on JBLM to include the areas of JBLM-Main, JBLM-North, and JBLM-McChord Field. The applicable North American Industry Classification System (NAICS) Code is 236210, Industrial Building Construction, and the size standard is $33.5 million. Work under this requirement consists of real property maintenance, repair, remodel, alteration, and minor construction projects to include industrial, commercial, and institutional facilities located on JBLM. Work will be provided under multiple firm-fixed-price task orders issued as provided in the parent IDIQ contract. Each task order may involve a variety of construction trades. The contractor shall provide all materials, labor, equipment, tools, transportation, and ancillary items necessary to complete each project from conception to completion. Interested contractors should have a successful history of relevant construction experience in the performance of multiple construction projects ranging in value of $2,000 to $750,000. Firm-fixed-priced task orders issued under the contemplated JOC contract may range in value from $2,000 to $750,000. The proposed IDIQ contract shall be for a 1-year base period and four 1 year option periods not to exceed a total of five years. The expected magnitude is more than $10,000,000 (base and option periods). MICC-JBLM requests responses from potential SBA certified 8(a) firms or 8(a) Joint Venture entities. Respondents shall submit a capability statement demonstrating their experience in managing multiple industrial construction projects at one time. Capability statements for this SS are not expected to be proposals, but rather statements regarding the company's existing experience. Narratives shall include the following: 1. State the full name of your firm to include address, phone/fax numbers, and point of contact. 2. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business. 3. State your firm's/venture's current bonding capability. 4. Provide examples of projects of similar size, scope, and complexity worked within the last five years. Include contract numbers, description of work, points of contact, phone numbers, and e-mail addresses, if available. 5. Describe the professional qualifications and specific experience of key personnel identified that likely will perform work under the contemplated contract. 6. In the event of a future solicitation, would you bid on this requirement as a sole contractor, prime contractor with subcontractor(s), or as a joint venture? 7. Any other information deemed pertinent that will aid in our assessment of the firm's capabilities. Interested potential contractors shall limit their response to this sources sought notice to a maximum of 10 pages. If issued, all notices, the Request for Proposal, and related documents or updates will be available solely on the Federal Business Opportunities (FBO) website (https: www.fbo.gov). Interested parties are responsible for monitoring the FBO website for the posting of any solicitation or subsequent updates. Interested 8(a) sources shall submit responses no later than 2:00 P.M Pacific Daylight Savings (PDT) Time on 15 October 2013 via email to Suzanna Day at suzanna.s.day.civ@mail.mil with a courtesy copy to Thomas Williams, Thomas.r.williams60.civ@mail.mil. Telephone requests for technical information will not be honored. This Sources Sought (SS) Notice is submitted in accordance with 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997). This SS is for planning purposes only and shall not be construed as a Request for Proposals (RFP), Invitation for Bids (IFB) or as an obligation on the part of the Government to acquire any services. Responses to this SS shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. No solicitation exists and solicitation requests will not be acknowledged. MICC JBLM will not accept unsolicited proposals related to the subject of this SS. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this SS that is marked quote mark Proprietary quote mark will be handled accordingly. Responders are solely responsible for all expenses associated with and incurred by responding to this SS. The Government reserves the right to determine how it should proceed because of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7c48d9781a64d2317037935a3771b70e)
- Place of Performance
- Address: MICC - Joint Base Lewis-McChord Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Zip Code: 98433-9500
- Record
- SN03208170-W 20131002/130930235648-7c48d9781a64d2317037935a3771b70e (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 |