Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
SOURCES SOUGHT

C -- Sources sought for Job Order Contract, U.S. Army Yuma Proving Ground, Arizona

Notice Date
8/19/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W912409R0021
 
Response Due
9/18/2009
 
Archive Date
11/17/2009
 
Point of Contact
Robert Pich, 928-328-6909<br />
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(robert.pich@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE This is a Sources Sought notice for a Job Order Contract (JOC) at Yuma Proving Ground, Yuma, Arizona (YPG). Do not submit a proposal in response to this notice. The Mission and Installation Contracting Command Center, Yuma (MICC) is conducting market research to indentify businesses to provide minor construction and real property maintenance and repair for Directorate of Public Works (DPW), U.S. Army Garrison, Yuma Proving Ground (YPG), Arizona. The services include but are not limited to the following: Foundation and Site work; Curtain walls, doors, windows, glass;Concrete Construction;Finished Materials;Masonry Construction;Communications;Metals;Elevators & Conveying Systems;Carpentry;Mechanical/Electrical;Thermal/Moisture Protection;Demolition and Removal;Earthwork The findings of the market research will be used to determine the capabilities of contractors available and interested in performing the work as well as the feasibility of soliciting this requirement as either an 8(a),Hub Zone, or Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. MICC is requesting interested offerors to provide information via email to the POC listed below no later than 15 September 09. Please note that the Government will not provide any reimbursement for costs incurred in submitting a response. THIS IS NOT A SOLICITATION AN SHOULD NOT BE CONSTRUED AS SUCH. All information is to be provided on a voluntary basis at no cost to the Government. Below is the general intention and scope of work of the Performance Work Statement (PWS). General Intention: MICC is contemplating is a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type Job Order Contract with a guaranteed minimum of $50,000 for the base year and $50,000 for each of four additional option years. The estimated annual maximum contract value is $5,000,000.00. The intention of this contract is to provide DPW with minor construction and real property maintenance and repair at YPG and construction of type A buildings which consist of a pre-engineered building of approximately 2,400 sq. ft. measuring approximately 30ft x 80ft, including but not limited to, site preparation, slab on grade foundation, anchorage, one (1) double entry exterior door, two (2) single entry exterior doors, 12ft eave ht., four (4) windows each side, exterior mechanical room, interior communications closet room, suspended ceilings with recessed fluorescent lighting, finished interior walls with insulation (R40min), Heating Ventilation & Air-conditioning package, vinyl tile flooring, kitchen area with cabinets, sink, and refrigerator, mens and womens rest rooms with 2 ea lavatories, 1 ea. urinal, and 1 ea. water closet for men and 2 ea lavatories and 2 ea water closets for women, toilet partitions, ceramic tile floor and wainscots, all electrical, mechanical, plumbing and fire suppression sprinkler systems, ready for occupancy; and a type B building consisting a pre-engineered building of approximately 4,000 sq. ft. measuring approximately 40ft x 100ft, including but not limited to, site preparation, slab on grade foundation, anchorage, one (1) double entry exterior door, two (2) single entry exterior doors, 12ft eave ht., four (4) windows each side, exterior mechanical room, interior communications closet room, suspended ceilings with recessed fluorescent lighting, finished interior walls with insulation(R40min), Heating Ventilation & Air-conditioning package, vinyl tile flooring, kitchen area with cabinets, sink, and refrigerator, mens and womens rest rooms with 2 ea lavatories, 1 ea. urinal, and 1 ea. water closet for men and 2 ea lavatories and 2 ea water closets for women, metal toilet partitions, ceramic tile floor and wainscots, all electrical, mechanical, plumbing and fire suppression sprinkler systems, ready for occupancy. Scope of Work. The contractor shall provide all personnel, management, supervision, general and specialized equipment, tools, supplies, materials, transportation, and any other items and services necessary to perform the functions and the standards of the attached Statement of Work (SOW). It is anticipated that this contract will begin on 01 January 2010 or date of award, whichever is later, and ends on 31 December 2010, unless extended in accordance with the terms and conditions of this contract. The contract also provides for four (4) additional one-year options to be exercised at the discretion of the KO. Individual task order performance times will be negotiated by the KO/COR and shall be specified in each task order. Interested parties must demonstrate their qualifications to perform the requirements under the applicable NAICS code 236220, size standard $33.5 M. Additionally, businesses responding to this Sources Sought Notice shall also indentify if they are classified as an 8(a), Hub Zone, or Service Disable Veteran Owned Small Business concern as identified in Federal Acquisition Regulation (FAR) Subparts 19.8, 19.13 and 19.14 respectively.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W912409R0021/listing.html)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ<br />
Zip Code: 85365-9106<br />
 
Record
SN01918476-W 20090821/090820001400-88b2fdca6295cacdb2ced2cdce624c39 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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