Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2018 FBO #6104
SOURCES SOUGHT

56 -- Construction MATOC

Notice Date
8/8/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Jackson (W9124C), Bldg 4340, Magruder St., Fort Jackson, South Carolina, 29207-5491, United States
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C-19-R-5000
 
Archive Date
9/15/2018
 
Point of Contact
Richard J. Buelow, Phone: 8037515647, Regina N. Givens, Phone: 8037519069
 
E-Mail Address
richard.j.buelow.civ@mail.mil, regina.n.givens.civ@mail.mil
(richard.j.buelow.civ@mail.mil, regina.n.givens.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a variety of trades including, but not limited to, carpentry, road repair, roofing, excavation, interior electrical, exterior electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete masonry and welding 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. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. 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. The anticipated NAICS code(s) is/are 236220 - commercial and Institutional Building Construction. The Small business size standard is $36.5M. A continuing need is anticipated for a variety of trades including, but not limited to, carpentry, road repair, roofing, excavation, interior electrical, exterior electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete masonry and welding, and is currently being performed under W9124C-15-D-0005. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as HUBZone, SDVOSB, and WOSB and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. This information shall meet the following requirements: provide a summary of the most relevant (multiple trade, multiple projects) performance history of no more than five (5) contracts, executed within the last three (3) years. Referenced contracts should be at least $150K in value where your company performed as the Prime, or if performance was as a subcontractor, the value of the project should have been a minimum of $500K with the value of your work as a subcontractor being at least $150K. Include the following: customer, contract number, project title, project location(s), performance dates, yearly and total dollar amount (of your companies work as the prime or subcontractor), Contracting Officer or contract administration points of contact with telephone numbers, and in what capacity performed (e.g. prime or subcontractor)] 4. Statement identifying the firms bonding capacity. 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. This information is due no later than Friday, August 31, 2018 at 1:00 p.m. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/994f867e9b941841615b178a28ad5216)
 
Place of Performance
Address: Fort Jackson, South Carolina, 29207, United States
Zip Code: 29207
 
Record
SN05027730-W 20180810/180808231552-994f867e9b941841615b178a28ad5216 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.