SOURCES SOUGHT
Z -- Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Fort Wainwright's Construction Program
- Notice Date
- 1/12/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, Army Contracting Command, ECC, 413th CSB RCO Wainwright (PARC Pacific), PO Box 35510, 1064 Apple Street, Fort Wainwright, Alaska, United States
- ZIP Code
- 00000
- Solicitation Number
- W912D0-16-R-0003
- Archive Date
- 3/12/2016
- Point of Contact
- Kailey A. Good-Hallahan, Phone: 9073532460
- E-Mail Address
-
kailey.a.good-hallahan.mil@mail.mil
(kailey.a.good-hallahan.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Regional Contracting Office - Alaska (RCO-AK) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support an Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract requirement for Fort Wainwright, Alaska's Directorate of Public Works (FWA DPW). The intent is to utilize multiple contractors through Multiple Award Task Order Contracts (MATOCs). The repair/minor construction contract are intended to provide quick response for performing a broad range of maintenance, repair, and minor construction work on real property at or near Fort Wainwright and surrounding training areas (Donnelly Training Area, Bolio Lakes, Yukon Training Area, Black Rapids, and Seward). Individual task orders will be solicited among the selected pool of the proposed MATOCs as firm-fixed-price competitively selected Requests for Proposals (RFPs). Work scope will vary from site to site and will require extensive knowledge of construction methods including equipment, facility support systems, and building structures. Total capacity over the potential five-year life of the contract (base year plus four option years) is not to exceed $2,900,000 with task orders falling in the range of $2,000-$150,000. This contract will require contractors to furnish all materials, equipment, and personnel necessary to manage and perform construction, incidental demolition, upgrade, and repair of facilities and structures. The projects will include tasks in a variety of trades from all construction disciplines including, but not limited to, carpentry, roofing, excavation, interior electrical, steam fitting, plumbing, sheet metal, painting, demolition, small environmental cleanup, concrete, masonry, and welding. Facilities and structures may include administrative buildings, barracks, warehouses, hangers, schools, motor pools, etc. The work may involve replacement in kind, repairs, upgrades and modification work, and new construction. It may also include incidental design and testing as well as survey and abatement for lead-based paint and asbestos containing materials. Facility repairs, upgrades, and construction shall conform to the requirement of the technical criteria listed on the task order. Task orders may require the application of U.S. Building Codes, National Electric Code, Structural and Heating, Ventilation, and Air Conditional Codes, and U.S. Department of Defense criteria that include, but are not limited to, Unified Facility Criteria (UFC) and Anti-Terrorist and Force Protection (AFTP) requirements. The applicable North American Industrial Classification System NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36.5 million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. If your organization has the potential capacity to perform these contract services, please provide the following information, which shall not exceed ten pages: 1) Organization name, address, email address, telephone number, and size and type of ownership for the organization. 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 3) Offeror's ability to obtain irrevocable letters of credit. 4) No more than five projects completed within the past five years that demonstrate the Offeror's capability to perform the type of work described above. Project information is not to exceed one page per project and should include title, location, general description of the project, Offeror's role, dollar value of the project, and name of the company, agency, or Government entity for which the work was performed with contact information (reference name, phone number, and email address). Interested Offerors shall respond to this Sources Sought Synopsis no later than 4:00 PM AKST on January 22, 2016. All responses must be emailed to SSG Kailey Good-Hallahan at kailey.a.good-hallahan.mil@mail.mil. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. This sources sought is for information purposes only. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers, and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Not responding to this notice does not preclude participation in any future announcements, if any is issued. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE). It is the responsibility of potential Offerors to monitor the GPE for additional information about this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dc831ee01ae96bd0bcace402b1aa554b)
- Place of Performance
- Address: Fort Wainwright, Alaska, 99703, United States
- Zip Code: 99703
- Zip Code: 99703
- Record
- SN03989124-W 20160114/160112234637-dc831ee01ae96bd0bcace402b1aa554b (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 |