Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
SOURCES SOUGHT

Z -- Job Order Contract (JOC), Fort Hunter Liggett, California

Notice Date
5/21/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J-12-R-0015
 
Response Due
6/1/2012
 
Archive Date
7/31/2012
 
Point of Contact
John Winnie, (210)466-2197
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(john.w.winnie.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. Sources sought for Small Business Administration (SBA) certified 8(a) firms, Service Disabled Veteran Owned Small Businesses, and HUBZone Small Business firms interested in submitting a bid for a Job Order Contract (JOC) Indefinite-Delivery/Indefinite-Quantity (IDIQ) type contract for work to be performed at Fort Hunter Liggett, CA 93928, and potentially at other Army installations in the geographical area. A JOC is used to accomplish sustainment, restoration, and modernization (SRM) projects. The interested firm should have a demonstrated history of relevant construction experience where the primary focus is on IDIQ type contracts with simultaneous performance of multiple projects similar to the task order value that will be executed under this contract. The task orders to be awarded under this contract will be for maintenance, repair and minor construction projects at various facilities/buildings including but not limited to administrative facilities, barracks, maintenance facilities, child development centers, recreation/fitness centers, warehouses, and training sites/ranges. The applicable North American Industry Classification System (NAICS) code is 236220 (Commercial and Institutional Building Construction), with a corresponding Small Business Size Standard of $33.5 million. Firm Fixed price delivery/task orders will include a variety of trades including, but not limited to, carpentry, concrete, asphalt, roofing, excavation, electrical, HVAC, plumbing, sheet metal, painting, asbestos abatement, fencing, demolition, concrete masonry, and welding. The contract will include a wide variety of individual construction tasks as identified and based on the prices from the latest R.S. Means Master Cost Data and an applied coefficient. It is anticipated that the performance period for this contract will consist of one base year with four option years, with an estimated value NTE $30,000,000.00 over a 5-year period. The anticipated individual job orders will vary in size between $2,000.00 and a maximum of $750,000.00. PLEASE NOTE: At this time, we are only interested in responses from prime contractors or Joint Venture entities with similar project experience with a $10M aggregate bonding level and a $6M bonding level per contract. Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF) providing the following information: 1)Contractor Information: Name, Address, Phone, e-mail and DUNS number and CAGE Code of the firm and/or joint venture firm. 2)Identify type of Small Business. List all that apply. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3)Bonding Capacity: Provide your maximum bonding capacity per contract, and your aggregate maximum bonding capacity. 4)Experience: A list of no more than five, Job Order Contract (JOC), Simplified Acquisition Base Engineering Requirement (SABER), or other IDIQ type construction contracts your firm/Joint Venture currently holds or has completed within the last three years, demonstrating your experience in construction, addition, renovation, alteration and repair of various types of military and/or commercial nonresidential buildings within the cost range of $5,000 and $750,000. For each of the contracts/projects submitted for experience, provide the contract number, title; location; whether prime or subcontractor work; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the services provided by your firm; and customer information including point of contact, phone number, and email address. 5)If an 8(a) firm, provide the SBA District(s) that your firm has a bona fide place of business (as defined by SBA). Elaborate responses are not requested nor desired. Limit your response to four (4) pages. Responses to this sources sought announcement are due no later than 4:00 pm CST 1 June 2012. Responses are to be sent via email to Mr John W. Winnie, MICC-Fort Sam Houston, john.w.winnie.civ@mail.mil, or FAX #210-466-3056. This announcement is not a request for proposals, but a survey of the market for potential sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research and/or planning purposes only. Respondents will not be notified of the results.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/429cefa13ce1b2ac2906f63e2ac741a3)
 
Place of Performance
Address: Department of Public Works Business Operations and Integration Div. Fort Hunter Liggett CA
Zip Code: 93928
 
Record
SN02753360-W 20120523/120521235049-429cefa13ce1b2ac2906f63e2ac741a3 (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.