SOURCES SOUGHT
Z -- Sources Sought - Market Research Purposes Only
- Notice Date
- 10/30/2013
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- MICC - Fort Lee, Directorate of Contracting, 1830 Quartermaster Road, Bldg. 7124, Fort Lee, VA 23801-1606
- ZIP Code
- 23801-1606
- Solicitation Number
- W91QF50010429372
- Response Due
- 11/13/2013
- Archive Date
- 12/29/2013
- Point of Contact
- Johnson Marilyn D., 804-734-4622
- E-Mail Address
-
MICC - Fort Lee
(marilyn.d.johnson@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement to request information for market research purposes only. This acquisition falls under the Classification Code Z - Maintenance, repair, and alteration of real property, and North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction. The U.S. Army Mission and Installation Contracting Command (MICC) - Fort Lee, 1830 Quartermaster Road, Bldg 7124, Fort Lee, Virginia, 23801 is seeking sources for potential work to be performed at Fort Lee, Virginia. Interested concerns, large and small, should indicate interest to the Marilyn Johnson, Contracting Officer, U.S. Army Mission and Installation Contracting Command, 1830 Quartermaster Road, Fort Lee, VA 23801-1606, in writing or via email, as early as possible, but no later than 2:00 PM EST, Wednesday, November 13, 2013, email: marilyn.d.johnson.civ@mail.mil. The purpose of this sources sought notice is to obtain information on potential sources that are qualified and experienced contractors interested in providing proposals on a new requirement for sustainment, restoration, and modernization (SRM) support provided to the Fort Lee Military Reservation, Virginia and all areas inside the boundary of Fort Lee. The government anticipates a potential bridge contract to handle various minor construction and renovation repair projects with the majority of projects ranging between $250,000.00 and $500,000 in value. The bridge contract would be for up to 12 months with approximately 30 projects per year. The contract will establish terms and conditions upon which the Contractor will perform a wide variety of performance-based services and/or construction tasks as identified. The pricing method shall be based on the latest RS Means Facilities Construction Cost Data references and there disciplines and an applied coefficient. The software for Construction Estimating & Job Order Contracting will be the EuroJOC software by CorVet Systems, Inc. The Government will provide contractors an area where they can place a mobile office and have access to utilities at the Contractor's expense. Firm Fixed Price task orders will include a variety of trades including, but not limited to, excavation, drywall and insulation, flooring, roofing, siding, electrical, painting, plumbing, carpentry, plans, layouts and estimations by licensed engineers, architects and environmental engineers on staff, roads, civil and structural work and utilities. When work is required, the contractor will be required to visit the proposed work site to establish, clarify, and define the scope of work of the individual requirement(s) in order to prepare a detailed price proposal. In addition, the contractor will be responsible for obtaining and /or submitting all necessary permits, Storm Water Pollution Prevention Plans, and all asbestos and lead abatement plans. Contractor will be required to include all supervision, materials, labor, equipment, transportation, and disposal required to successfully complete the work ordered. Contractor will comply with all current Virginia State for Historical Preservation Office (SHPO) requirements. Contractor shall comply with all standards as outlined in the Fort Lee Design Guide. Contractor will be required to adhere to and comply with all governing building, military and environmental codes to include but not limited to: Most current International Construction and Building Codes Most current Unified Facilities Criteria (UFC) particularly, UFC, 4-010-01 UFC, 3-600-01 UFC, 1-200-01 Most current Environmental Codes and Requirements Most Current International Energy Conservation Code Most Current International Code Council (ICC) Performance Code Most current ASHRAE Standards Most current NFPA Life Safety Codes 13, 101, 72 Most current Architectural Barriers Act (ABA) All applicable LEED requirements Contractor will be required to work in conjunction with all Fort Lee privatized utility companies and all post operations support, as they relate to any construction project. Request interested firms respond to this notice and include the following in their response: 1. Firm's information [name of representative, address, phone number, CAGE Code, DUNS number]; 2. Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor]; 3. Business size [e.g., SB, HUBZone, SDVOSB, WOSB, SDB, large business]; 4. General Capability [general information and technical background describing your firm's experience in contracts requiring similar effort to include a summary of relevant (multiple trade, multiple projects) performance history of no more than five (5) contracts, including current projects and projects held within the last three (3) years (identified by customer, contract number, project title, project location(s), performance dates, yearly and total dollar amount, Contracting Officer or contract administration points of contact with telephone numbers, and in what capacity performed (e.g. prime or subcontractor)]; 5. Statement identifying the firms bonding capacity; 6. Percent of work the firm could commit to accomplishing with in-house labor; and 7. Suggestions for how the government could form the contract or Statement of Work that would facilitate your approach to contract execution. This RFI notice is issued for planning purposes only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the RFI, nor is any commitment on the part of the Government to award a contract implied. Responses to this notice will assist the government in identifying potential sources in determining if a set-aside of the solicitation is appropriate, and in determining whether or not this approach to securing contracting support is practicable. Respondents are advised that the government will not pay for any information or administrative cost incurred in response to this RFI. Responses to the RFI will not be returned. Proprietary information and trade secrets, if any, must be clearly marked. All information received that is marked Proprietary will be handled accordingly. Contracting Office Address: MICC - Fort Lee, 1830 Quartermaster Road, Bldg 7124, Fort Lee, Virginia 23801, Place of Performance: MICC - Fort Lee, 1830 Quartermaster Road, Bldg 7124, Fort Lee, Virginia 23801, US Point of Contact(s): Marilyn D. Johnson
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0248642d234dcfb95bc51ae564486e8a)
- Place of Performance
- Address: MICC - Fort Lee Directorate of Contracting, 1830 Quartermaster Road, Bldg. 7124 Fort Lee VA
- Zip Code: 23801-1606
- Zip Code: 23801-1606
- Record
- SN03224494-W 20131101/131030233904-0248642d234dcfb95bc51ae564486e8a (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 |