Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2020 SAM #6637
SPECIAL NOTICE

Z -- Mechanical Construction

Notice Date
1/29/2020 12:34:45 PM
 
Notice Type
Special Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
 
ZIP Code
98433-9500
 
Solicitation Number
W911S820R0005
 
Response Due
2/14/2020 1:00:00 PM
 
Archive Date
02/29/2020
 
Point of Contact
Jean L. Birdsell, Phone: 2539829029
 
E-Mail Address
jean.l.birdsell.civ@mail.mil
(jean.l.birdsell.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W911S820R0005 � 1.� The Department of the Army, Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington, intends to issue a solicitation for Multiple Award Task Order Contract (MATOC) for Mechanical Construction projects on JBLM, WA.� The MATOC is for a range of maintenance, repair and minor mechanical construction work on JBLM.� The work is required in support of Public Works (PW) activities headquartered at JBLM.� During the contract period, the Government will identify tasks required to complete each specific project and will issue Requests for Proposal (RFP) to all of the MATOC Contractors.� The Contractor shall be required to furnish all materials, equipment and personnel necessary to manage and accomplish each Task Order (TO).� The TOs may include repair, minor construction and service tasks in the mechanical discipline.� Mechanical work may include:� replacement, installation, repair and service of boilers, HVAC systems, plumbing, building control systems; testing, adjusting and balancing of mechanical systems, commissioning individual components as well as entire buildings; fire suppression systems and mechanical equipment.� Associated incidental carpentry, painting, fencing, demolition, asbestos and lead abatement, and environmental clean-up may be required with the mechanical task orders.� The TO work will be comprised of approximately 95% construction and repair work and 5% services� A complete Statement of Work and specifications will be included in the solicitation. 2.� The solicitation will result in multiple awards.� The Government intends to award three to five fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts as a result of the solicitation.� The applicable NAICS code is 238220 � Plumbing, Heating, and Air Conditioning Contractors and the small business size standard is $15 million.� This procurement will be a competitive set-aside for 100% small business participation. 3.� The anticipated contract ordering periods are a base period of one year plus four one-year option periods.� 4.� The Government will not honor telephonic requests for the solicitation.� When issued, the solicitation will only be available by downloading the documents from the Contract Opportunities link on the betaSAM.gov website at https://beta.SAM.gov.� This office will not issue hard copies of the solicitation, attachments, or technical documents.� This notice neither constitutes a RFP nor an Invitation for Bids, nor does it restrict the Government in any way to an ultimate acquisition approach.� This notice should not be construed as a commitment by the Government for any purpose. 5.� The RFP is anticipated to be issued mid-February 2020 and the anticipated closing date will be approximately 30 calendar days later, excluding federal holidays.� Interested Offerors shall consult the final RFP for submission of questions and response/proposal submission instructions and all applicable dates and times. 6.� Magnitude of Construction over the life of the contract: Between $5,000,000 and $10,000,000. 7.� The Government will consider proposals from all eligible, capable and responsible sources.� Firms offering a response to the subsequent solicitation notice should ensure that they have registered in the System for Award Management (SAM) database, https://www.sam.gov/, and ensure that the applicable NAICS code 238220 is included in the SAM profile prior to submission of proposals. 8.� A site visit and pre-proposal conference is anticipated to be scheduled within 1-2 weeks after release of the official solicitation and specific instructions will be included in the final RFP. 9.� Prospective offerors should to submit any questions they may have, in advance and in writing, to usarmy.jblm.acc-micc.list.proposals@mail.mil and Ms. Jean Birdsell, Contract Specialist, at jean.l.birdsell.civ@mail.mil. (End)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2ace909d2d0f4462abf3e9eed488cf7d/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98438, USA
Zip Code: 98438
Country: USA
 
Record
SN05546182-F 20200131/200129230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.