Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2021 SAM #7273
SOURCES SOUGHT

Z -- Alaska Job Order Construction Contract (JOCC)

Notice Date
10/28/2021 3:57:21 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47PL0122R0000
 
Response Due
11/30/2021 11:00:00 AM
 
Archive Date
12/15/2021
 
Point of Contact
Mark Mitchell, Phone: 5092793891, Becky Graham, Phone: 9072238671
 
E-Mail Address
mark.mitchell@gsa.gov, rebecca.graham@gsa.gov
(mark.mitchell@gsa.gov, rebecca.graham@gsa.gov)
 
Description
DESCRIPTION: �This is a Sources Sought Notice/Request for Information for the General Services Administration (GSA), Public Building Service (PBS), Region 10, Northwest/Arctic Region. This is not a solicitation announcement and there is no request for proposals or related documents. GSA is currently conducting preliminary planning market research to determine the existence of viable commercial sources for a multiple single award firm-fixed price, indefinite-delivery, indefinite quantity (IDIQ) Job Order Construction Contract (JOCC). The JOCC contract estimated maximum value is forecasted at $20,000,000.00 for a 5 year period.� The average range of task orders is projected between $2,000.00 to $150,000.00. Below is our current list of possible JOCCs per geographic location in Region 10; however, these zones are subject to change depending on interest and market feedback.� The geographic coverage areas are referred to as zones. The zones are:� ZONE 1 � Interior Alaska: This zone includes the interior area of the state of Alaska. This includes, but is not limited to, federal and leased facilities located in or near the cities of Fairbanks, Tok, ALCAN Land Port of Entry (LPOE), Kotzebue, and Nome, Alaska. This encompasses an area within the Interior of Alaska. ZONE 2 � South Central Alaska: This zone includes, but is not limited to, federal and leased facilities located in or near the cities of Anchorage, Palmer, Wasilla, Seward, Soldotna, and Homer.This encompasses an area within South Central Alaska. ZONE 3 � Southeast Alaska: This zone includes, but is not limited to, federal and leased facilities located in or near the cities Juneau, Petersburg, Ketchikan, Haines LPOE, and the Skagway LPOE. This encompasses an area within Southeast Alaska and borders Canada. *GSA may elect to use this IDIQ for facilities outside of the cities named above, as long as the cities are within the state of Alaska.� Contractors will be responsible for responding to task orders to deliver projects to federal controlled assets. Contractors may be required to provide shop drawings, product specifications/data, equipment, specifications, and material data sheets. Work under this contract may include, but is not limited to, mechanical, electrical, plumbing, structural, roofing, building renovations, demolition, concrete, fire/life safety systems, abatement of asbestos, remediation of mold, painting, carpet installation, interior and exterior finishes, and drywall.� Contractors must provide all management, supervision, labor, materials, equipment, transportation, disposal, tools, and coordination. An important outcome of this research is the possibility of setting this acquisition for exclusive competitive participation within a specific Small Business Administration (SBA) program in accordance with (IAW) FAR 19.201(a). Specific SBA programs are veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small-disadvantaged business, economically-disadvantaged women-owned small business, and women-owned small business. The tentative North American Industry Classification System (NAICS) code selected for this acquisition is 236220 Commercial and Institutional Building Construction and the small business size is $39.5 million per annum. GSA is seeking industry information and comments from sources with capabilities to perform small project delivery of repairs, alterations, and renovations against the JOCC. Interested parties shall complete and submit the attached Sources Sought Notice / Request for Information Questionnaire to the Government. You are advised that providing responses to the questions will not automatically include you in the acquisition process for future solicitation. DISCLAIMER: This Sources Sought Notice / Request for Information is for planning purposes only and shall not be construed as a Request for Proposal (RFP), Invitation for Bid (IFB), or as an obligation on the part of the Government to acquire any services. Your response to this Sources Sought / Market Research shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. GSA will not accept unsolicited proposals related to the subject of this Sources Sought / Market Research. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this Sources Sought / Market Research that is marketed �Proprietary� will be handled accordingly. Responses to this Sources Sought / Market Research will not be returned. Responders are solely responsible for all expenses associated and incurred by responding to this Sources Sought /Market Research. The Government reserves the right to determine how it should process the information resulting from this notice. 52.215-3 � Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid, and proposal costs, of the Federal Acquisition Regulation. (b) Although �proposal� and �offeror� are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of conducting preliminary planning market search to determine commercial market practices for answering services. Interested parties that are capable of providing the required services, please complete the Sources Sought Notice/Request for Information questionnaire and submit your response not later than than November 30, 2021 via email to Mark Mitchell at mark.mitchell@gsa.gov and Rebecca Graham at rebecca.graham@gsa.gov. Please include any comments or questions you may have.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1613add905694738b3c6ff1c2f337ab7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06166954-F 20211030/211028230124 (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.