Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 14, 2018 FBO #6169
SOURCES SOUGHT

Z -- Job Order Contract (JOC), U.S. Army Garrison at Fort Wainwright and Fort Greely, Alaska

Notice Date
10/12/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 413th CSB (W912D0) RCO Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, Alaska, United States
 
ZIP Code
00000
 
Solicitation Number
W912D0-19-1
 
Point of Contact
Remo Dino S Dela Cruz, Phone: 9073532460
 
E-Mail Address
remodino.s.delacruz.civ@mail.mil
(remodino.s.delacruz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT Job Order Contract (JOC) U.S. Army Garrison at Fort Wainwright and Fort Greely, Alaska THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. 1. The Regional Contracting Office-Alaska (RCO-AK) is seeking responsible sources information to assist in determining if the contemplated JOC effort can be competitive and/or a total Small Business Set-Aside (SBSA). 2. Program Details: The Job Order Contract (JOC) will likely be a Firm- Fixed Price (FFP), minor construction, and Indefinite Delivery Indefinite Quantity (IDIQ) 5-year contract with a 5 year ordering period with options placed on orders as needed. Depending on the results of the market research, the Government may make an award for each location or to a single vendor with capability to manage projects on both sites. The work will consist of multiple disciplines in construction such as maintenance, repair, and alteration of real property, with very limited design on facilities supported by the U.S. Army Garrison at Fort Wainwright and Fort Greely, Alaska. Bonding is anticipated to be required on a per task order basis. a)Total contract not to exceed (NTE) is estimated to be around $48,000,000 for Fort Wainwright and $40,000,000 for Fort Greely. It is anticipated a total of $2-5M in annual projects will be awarded at each location. b)Work performed will be within the North American Industry Classification System (NAICS) Code No. 236220 "Commercial and Institutional Building Construction" and the Small Business size standard of $36,500,000. The Government is planning to utilize a unit price book (UPB), likely eGordian, which contractor(s) will use to develop priced proposals in response to task order solicitations. c)The contractor shall furnish all equipment, tools, supervision, labor, material, quality control, and other items necessary to safely manage, and accomplish a broad range of repair, modification, and construction tasks on various real property facilities. Tasks include design, selection, fabrication, installation, modification, and test on various facilities and interfacing equipment. Tasks involve a variety of disciplines such as minor design, demolition, reclamation, utilities, excavation, structures, electrical, mechanical, architectural, and other specialty and general construction work. 3. The Government requests that all interested and qualified firms respond to this sources sought notice with a capability statement (2 page maximum) which includes the following information: a)Identify your firm's capability to meet the Government's requirement. Indicate your interest in performance at for Fort Wainwright, Fort Greely or both. b)Company Information (e.g. name, business address, point of contact, telephone number, e- mail address). Include DUNS Number and CAGE Code. c)Type of business, status, and size [i.e., 8(a) [including graduation date], HUBZone certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.] d)Identify the percentage of work your firm anticipates to complete as the prime contractor with your own employees, not including the cost of materials. 4. This Sources Sought synopsis is an advance notice for information and acquisition strategy planning purposes only and is not a solicitation. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management. The SAM website is https://www.sam.gov. a)This Sources Sought notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://www.fbo.gov. b)Interested parties are solely responsible for monitoring the FBO website for the release of solicitation package(s) and/or any updates/amendments. 5. Interested parties are invited to submit a response to this sources sought by 10:00 AM Alaska Time (AKT) on 26 October 2018. Please submit all documentation by email in PDF format and state in the subject line "Sources Sought Response for Fort Wainwright and/or Fort Greely JOC". Responses received after this date and time will not be reviewed. Files must be kept to a maximum size of 5MB. The Government will confirm receipt of all sources sought responses via email. It is your responsibility to ensure we received your response. Please limit your responses to 2 pages or less and keep the file size as small as possible (pictures are not desired). All responses must be emailed to the following individual: Mr. Remo Dela Cruz; remodino.s.delacruz.civ@mail.mil 6. Should you have any questions or concerns regarding this notice, please email the individual listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0def978e3193e12d8c06e391cb32b7c9)
 
Place of Performance
Address: Fort Wainwright and/or Fort Greely, Alaska, United States
 
Record
SN05122616-W 20181014/181012230614-0def978e3193e12d8c06e391cb32b7c9 (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.