SOURCES SOUGHT
Y -- Fort Polk Job Order Contract (JOC) Sources Sought
- Notice Date
- 12/1/2022 10:17:39 AM
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G-23-P-000723
- Response Due
- 12/19/2022 12:00:00 PM
- Point of Contact
- Joseph Spear, Scotty Goins
- E-Mail Address
-
joseph.g.spear@usace.army.mil, Scotty.L.Goins@usace.army.mil
(joseph.g.spear@usace.army.mil, Scotty.L.Goins@usace.army.mil)
- Description
- This is a SOURCES SOUGHT for market research purposes for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for a Fort Polk Job Order Contract (JOC). The Fort Polk JOC will be an indefinite-delivery, indefinite-quantity (IDIQ) contracting method to fulfill repair, maintenance, and minor construction requirements on a variety of projects ranging from sustainment, restoration, and modernization, simplified acquisition of base repair requirements, small renovations, real property repair and maintenance with an estimated value more than the micro-purchase threshold for acquisitions of construction. This JOC will include a comprehensive collection of detailed repair, maintenance, and minor construction task descriptions or specifications, units of measure, and pre-established unit prices for discrete tasks. Each JOC order is comprised of several pre-described and pre-priced tasks. The customer is the Joint Readiness Training Center (JRTC) and Fort Polk, located in west central Louisiana. IDIQ/JOC: It is anticipated the proposed procurement will be a competitive Request for Proposal (RFP) resulting in ONE firm receiving ONE (1) Firm Fixed Priced (FFP) IDIQ/JOC Contract. The performance period anticipated is base year and four (4) 1-year options, not to exceed five (5) years, with a combined capacity Not to Exceed (NTE) $25 Million. The estimated minimum size of a task order is $2,000.00. The estimated maximum size of a task order is $1,000,000.00 with the average size task order being $400,000.00. Firms must have ability to perform up to eight (8) to ten (10) task orders simultaneously. The successful contractor will be selected using Best Value Trade-off (BVTO) procedures in accordance with FAR 15.101-1 and will include evaluation criteria based on an integrated assessment of capability, past performance, technical and management proposals, and applicable coefficients. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this sources sought. The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Businesses, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among responsible contractors. The Government is seeking qualified, experienced sources capable of performing this construction project. This procurement will be a competitive Request for Proposal (RFP) resulting in one (1) Firm Fixed Priced (FFP) Construction Contract Award. The applicable North American Industry Classification System (NAICS) is 238990 � All other Specialty Trade Contractors. The Small Business Size Standard is $16.5 million. Small Businesses are reminded that FAR clause FAR 52.219-14 � Limitations on Subcontracting will be applicable to this contract; and to pay specific attention to paragraphs (e)(3) and (g). (e)(3) For General Construction, it (the contractor) will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded. (g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. ��������� (1) In a joint venture comprised of a small business prot�g� and its mentor approved by the Small Business Administration, the small business prot�g� shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business prot�g� in the joint venture must be more than administrative functions. ���������� (2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions. Anticipated solicitation issuance date is on or about April 15, 2023, and the estimated proposal due date will be on or about June 1, 2023. The official solicitation will be issued on System for Award Management (www.sam.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/ and https://piee.eb.mil/. In order to download the solicitations and amendments in PIEE, there are 10 general steps a vendor must follow. A complete list can be viewed at the following site: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5 For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. It is the Offerors responsibility to monitor the https://sam.gov/ and PIEE at https://piee.eb.mil web sites for amendments to the solicitation. You must be registered with the System Award for Management (SAM) and PIEE, to receive a Government contract award. Firms responding to this Sources Sought shall answers the 6 questions below. If answer is Not Applicable, type in the letters NA. 1. Firm's name, address, point of contact, phone number, E-MAIL address, UEI Number, and Cage Code. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, WOSB. 4. Firm's Joint Ventures (existing), including Mentor Protege and teaming arrangement information if applicable. 5. Firm's Bonding Capability (construction bonding level per contract, expressed in dollars). 6. Company's capability to perform a contract of this magnitude and complexity by providing a brief description of at least (3) projects including customer names and phone numbers, timeliness of performance, and dollar values of the projects. Interested Firm's shall respond to this Sources Sought no later than 2:00 P.M.(Central Time), December 19, 2022. Email your response to Contract Specialist, Joseph Spear and Project Manager, Scotty Goins at EMAIL addresses: Joseph.G.Spear@usace.army.mil and Scotty.L.Goins@usace.army.mil. EMAIL is the ONLY METHOD to submit your answers to this source sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a4cb6f539b9248bbb6ed330471d2d165/view)
- Place of Performance
- Address: Fort Polk, LA, USA
- Country: USA
- Country: USA
- Record
- SN06533277-F 20221203/221201230108 (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 |