Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2024 SAM #8156
SOURCES SOUGHT

Z -- JOB ORDER CONTRACT - Construction - Region A - NY (with exceptions), MA, ME, VT, NH, RI, & parts of PA

Notice Date
3/25/2024 4:01:18 PM
 
Notice Type
Sources Sought
 
NAICS
236 —
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-24-R-5015
 
Response Due
4/8/2024 10:00:00 AM
 
Archive Date
04/23/2024
 
Point of Contact
Shannon Harvey, Sharon Wilson-Emmons
 
E-Mail Address
shannon.e.harvey3.civ@army.mil, sharon.wilson-emmons.civ@army.mil
(shannon.e.harvey3.civ@army.mil, sharon.wilson-emmons.civ@army.mil)
 
Description
The United States Army Contracting Command � New Jersey is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the 99th Regional Directorate for Job Order Contracts (JOC) in the area of facilities construction and facilities maintenance and repair in District A, which consists of the following states:� New York (except Long Island), Massachusetts (including Ft. Devens Army Training Center), Maine, Vermont, New Hampshire, Rhode Island and parts of Pennsylvania. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Please provide an overview of your organization and if available previous contract listing of history of similar type of contracts. �Based on the responses to this sources sought notice/market research, this requirement will most likely be set-aside for 8a businesses on a competitive basis.� At this time, it is anticipated that up to nine (9) Multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The 99th RD has a requirement for District A that require facilities construction and facilities maintenance and repair.� The contract will be for a period of five (5) years and the estimated magnitude of the total requirement is $39,000,000.00.� The Contractor shall be required to provide labor, supervision, property maintenance and repairs of reserve facilities in District A. �� Anticipated posting date of the RFP about April/May 2024.� Upon release to the public, the RFP as well as amendments will be available at the website System for Award Management (https://sam.gov). ��The RFP will specify the actual date and time for receipts of proposals.� It is a requirement that all Contractors doing business with the Department of Defense be registered with Central Contractors Registry (CCR) per Federal Acquisition Regulation Clause 52.204-7, Central Contractor Registration prior to submission of proposal and be certified as an 8a company prior to proposal submission. REQUIRED CAPABILITIES The Government requires facility construction and facilities maintenance and repair for District A. ��The intent of this Sources Sought is to assess the ability of 8a companies, by district, to meet the requirement.� The Government requires potential offeror�s ability to fulfill the requirement of facilities construction and facilities maintenance and repair that meets the following operational and program requirements (ability to meet the following must be addressed in the response):� �� Are a certified 8a company and when does your certification expire Must be located in the district where work will be performed Ability to meet annual bonding capability for the required amount of the requirement Ability to provide manpower capabilities to complete multiple projects simultaneously Capability/Availability to use R.S. Means and obtain a copy of R.S. Means. SPECIAL REQUIREMENTS Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 236220, �Commercial and Institutional Building Construction,� with a Small Business Size Standard of $36.5M. The Product Service Code (PSC) is Z2AA. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the different type of construction and facilities maintenance and repair efforts and previous experience with JOC.. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. � Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to the Contract Specialist, Shannon Harvey (Shannon.e.harvey3.civ@army.mil) and Contracting Officer, Sharon Wilson-Emmons (Sharon.wilson-emmons.civ@army.mil) in either Microsoft Word or Portable Document Format (PDF), no later than 1:00pm EST on 8 April 2024 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/services, please provide the following information: 1) Company name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, cage code, UEI number, type of company ownership and Small Business Administration Office POC name, phone number and email address; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b8c163403bfd4f35a04f8668b19a0b85/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07008353-F 20240327/240325230056 (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.