SOURCES SOUGHT
Z -- DPW_JOC_CEILING INCREASE_EXTENSION
- Notice Date
- 6/18/2020 12:45:09 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W6QM MICC-FT JACKSON COLUMBIA SC 29207-5490 USA
- ZIP Code
- 29207-5490
- Solicitation Number
- W9124C-15-D-0005-P00010
- Response Due
- 6/26/2020 1:00:00 PM
- Archive Date
- 07/11/2020
- Point of Contact
- Cheryl Todd, Phone: 803-751-4343
- E-Mail Address
-
cheryl.m.todd.civ@mail.mil
(cheryl.m.todd.civ@mail.mil)
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to award a contract modification to increase the maximum contract ceiling amount and extend the ordering period on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement.� Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.� In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source contract action is a modification to contract W9124C-15-D-0005, a Firm-Fixed Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) to Agile Infrastructure Services, L.L.C., 128 W. Cameron Ave, Kellogg, ID 83837 for continued support to the Directorate of Public Works (DPW), Fort Jackson, SC installation for minor construction and real property maintenance and repair projects pending the completion of the acquisition process and award of the follow-on contract, currently being competed as a multiple award, task order contract (MATOC); anticipated award for the MATOC is December 2020.� Information related to the follow-on MATOC can be located at https://beta.sam.gov/, under Notice ID W9124C20R0007, IMCOM_DPW_MATOC.� Release of solicitation information is anticipated June/July 2020..� The statutory authority for the sole source procurement is FAR 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements.� This notice 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.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive 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 NAICS code(s) is 236220 Commercial and Institutional Building Construction with a size standard of $36.5M. 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 SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) 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.� 4.� Information to help determine if the minor construction and real property maintenance and repair is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 6.� 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 or as stated below.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. Statement of Capability should be submitted no later than Friday, 26 June 2020 at 4:00PM EST. The response information should be electronically mailed to Cheryl M. Todd, Contracting Officer, at email:� cheryl.m.todd.civ@mail.mil, at the Mission Installation Contracting Command Center (MICC), Fort Jackson, SC. Any questions can be directed to POC stated above.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a241e37ae50849b5a0e25f4ef3f1148f/view)
- Place of Performance
- Address: Columbia, SC 29207, USA
- Zip Code: 29207
- Country: USA
- Zip Code: 29207
- Record
- SN05696301-F 20200620/200618230203 (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 |