SOURCES SOUGHT
Y -- Sources Sought for Fort McCoy, Wisconsin
- Notice Date
- 12/22/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort McCoy, 1108 South R Street, Fort McCoy, Wisconsin, 54656-5142, United States
- ZIP Code
- 54656-5142
- Solicitation Number
- W911SA-17-B-0013
- Archive Date
- 1/12/2017
- Point of Contact
- Jamie Gregar, Phone: 6083881007
- E-Mail Address
-
jamie.j.gregar.civ@mail.mil
(jamie.j.gregar.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a request for information notice only. This is not a request for proposals and no contract shall be awarded based on this notice. There is no bid package or solicitation document associated with this announcement. Response to this RFI is strictly voluntary and will not affect any company's ability to submit an offer if a solicitation is released. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Respondents to this RFI may be asked to provide additional information/details based on their initial submittals. The Mission and Installation Contracting Command, Fort McCoy, Wisconsin is conducting market research in order to determine the availability and capability of companies to construct one or both below referenced projects at Fort McCoy, WI 54656. Project 1: Construct an Admin Facility and Storage Facility for CYSS at Fort McCoy, WI 54656. Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the work. This project will include removal work including but not limited to trees, shrubs, vegetation, and stumps as well as existing asphalt drives and culvers as required for sanitary sewer work. The new work includes but is not limited to construction of a new 3,200 sf building along with associated site improvements and site utility work. New work also includes construction of a new 3,600 sf building along with associated site improvements and site utility work. The repair work includes but is not limited to repair any existing or adjacent construction that is damaged, repair any landscaping including trees, shrubs, flowers, etc, repair vehicle ruts, and repair any damage to existing asphalt parking lot adjacent to site. Project 2: Construct a Fitness Facility and Emergency Operational Center (EOC) at Fort McCoy, WI 54656. Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the work. This project will include removal work including but not limited to existing shelter building be dismantled, existing soils as needed for new construction and final grading, and concrete walks and pad beneath removed shelter. The new work includes but is not limited to a new 3,564 sf fitness center for the DES along with associated site improvements. The new work also consists of but is not limited to constructing an EOC including sanitary sewer, water main, gas and electrical. The repair work includes but is not limited to repair any existing or adjacent construction that is damaged, repair any landscaping including trees, shrubs, flowers, etc, repair vehicle ruts, and repair any damage to existing asphalt parking lot adjacent to site. The type of solicitation issued will depend upon the responses to this sources sought. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. Mission and Installation Contracting Command's determination on how to complete the proposed requirement will be based on responses to this notice and is the sole discretion of the Contracting Officer. The U.S. Government desires to procure Project 1 and Project 2 on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. Any work to be performed will be done as firm fixed price within the North American Industry Classification System (NAICS) Code 236220, commercial and Institutional Building Construction with a small business size standard of $36,500.00.00. Project Magnitude for both requirements is $1,000,000.00 to $5,000,000.00. Responses to this announcement must be received no later than 11:30am CST on December 28, 2016. Responses shall be e-mailed to Jamie Gregar at jamie.j.gregar.civ@mail.mil Responses shall include the following: 1) Reference Sources Sought Number 2) Company Name and Point of contact information to include name, e-mail, address, telephone, and fax numbers 3) DUNS number 4) Company must specify which project they are responding in their capabilities statement. 5) Size of the business (small or large) and the socioeconomic status of the company (i.e. HUBZone, 8(a), etc.) 6). A written narrative of the contractor's capability to provide the requirements listed above to include examples of similar work performed in the past.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2379b01e5c1a34a73bcea5d6c533dcca)
- Place of Performance
- Address: Fort McCoy, Wisconsin, 54656, United States
- Zip Code: 54656
- Zip Code: 54656
- Record
- SN04359584-W 20161224/161222235419-2379b01e5c1a34a73bcea5d6c533dcca (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 |