Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2014 FBO #4494
MODIFICATION

Z -- Job Order Contract for Sustainment, Restoration, and Modernization projects for buildings and infrastructure at Fort George G. Meade, Maryland

Notice Date
3/13/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
MICC - Fort Meade, Directorate of Contracting, 4550 Parade Field Lane, Fort George G. Meade, MD 20755-5081
 
ZIP Code
20755-5081
 
Solicitation Number
W91QF614R0002
 
Response Due
3/28/2014
 
Archive Date
5/12/2014
 
Point of Contact
Robert Miron, 301-677-6859
 
E-Mail Address
MICC - Fort Meade
(robert.v.miron.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Request For Information: Job Order Contract (JOC) 8(a) certified vendor capability Agency: Department of the Army Office: Army Contracting Command Mission and Installation Contracting Command Location: MICC - Fort Meade (FGGM) Notice Type: Request For Information For: Mission Installation Contracting Command - Fort Meade, Maryland Document Type: Request for Information Posted Date: 10 March 2014 Response Date: 28 March 2014 NAICS Code: 236220 Request for Information (RFI) THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as provided in subsection 31.205-18, Bid and proposal (B&P) costs, of the Federal Acquisition Regulation. Although quote mark proposal quote mark and quote mark offeror quote mark are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. This RFI is issued solely for the purpose of information and market research for planning purposes; it does not constitute a solicitation or a promise to issue a solicitation. Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission; other than acknowledgement of receipt - ONLY IF a request for an acknowledgement is requested by the submitter. This RFI does not commit the Government to contract for any construction, supply or service. The Mission and Installation Contracting Command (MICC) Fort Meade office is not seeking proposals at this time. Responders are advised that the U.S. Government will not pay any costs incurred in response to this RFI. All cost associated with responding to this RFI will be solely at the interested responder's expense. Not responding to this RFI does not preclude participation in any future solicitation. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government and will not be returned. Proprietary information, if any, MUST BE CLEARLY MARKED. To aid MICC, please segregate and mark proprietary information. 1.0 PURPOSE The purpose of this Market Research is to determine if there are adequate 8(a) contractors within SBA Region - 3 available for full and open, effective, competition to execute sustainment, restoration, and modernization projects for buildings and infrastructure at Fort George G. Meade, MD; with the majority of the projects being renovation type projects. Region 3 Small Business District participants include 8(a) certified business entities in the following states Maryland, Virginia, District of Columbia, Pennsylvania, Delaware, and West Virginia. The Government is conducting market research to substantiate the possibility of awarding a Job Order Contract (JOC) to support the Installation Garrison's continuous requirements of minor construction facilities repair and renovation type projects on Fort Meade. 2.0 BACKGROUND Currently, minor construction and renovation type projects are being performed utilizing an Indefinite Delivery Indefinite Quantity (IDIQ) contracts awarded under the SBA certified 8(a) direct award authority in accordance with FAR Part 19. Historically, Task Order's issued under the current and previous IDIQ contracts have been for repair and renovation projects such as SCIF Renovation; DINFOS Cooling Towers Upgrade; Military Troop Barrack Building Hot and Cold Water-pipe Replacement; Storm Water Management projects; Asphalt and Concrete Road and Parking Lot Installation/Resurfacing to include Curves and Gutters, foundation and site work, concrete construction, masonry construction, carpentry, earthwork, curtain walls, doors, windows, glass, finished materials, fencing, communications systems and wiring, elevators/conveying systems, mechanical/electrical, heating, ventilation & air conditioning (HVAC) and control systems, plumbing, fire protection, water/storm damage restoration, cleaning of equipment and surfaces contaminated by mold or mildew, removal and disposal of building components contaminated by mold or mildew, demolition and removal, roads/paving, roofing, painting, roadwork and storm drainage, welding, testing and abatement of hazardous materials, associated environmental compliance with Army Regulations, Local, State, and Federal Law, engineering services incident to the planning and performance of work under JOC's and other general construction work on real property at Fort Meade. 3.0 REQUESTED INFORMATION In the form of a capabilities statement or similar document interested 8(a) SBA certified contractor's are requested to provide answers to the following questions: 1. Under which Small Business Office/region is your company registered? 2. When does the company's 8(a) certification expire? 3. What are the Company's primary NAICS Codes? 4. What is the Bonding Capability (Annual/Aggregate) of your business? 5. Briefly describe your Past Performance over the past 3 years as Prime or Sub-Contractor. 6. What is your Customer Base Commercial/Government? 7. What is your reach-back capability for obtaining qualified personnel? 8. Have you performed Sustainment, Restoration, Modernization, repair-and minor construction projects under a JOC before? 9. How much experience does the business have utilizing RS Means Cost Data and developing cost estimates for proposal submission? What is your supporting estimating software? 10. What are the Sustainment, Restoration and Modernization projects (including individual task orders) and their approximate dollar values you have completed in the previous 3 years? List all projects regardless of dollar value. 4.0 SUBMISSION INSTRUCTIONS 4.1.Submission of Capability Statement or similar document should be in a Microsoft Word (.doc or.docx) file or Microsoft PowerPoint (.ppt or.pptx) file in the following format: 4.1.1 Section 1: Cover page to include company name, individual POC name, business address, email address, contact number. (LIMIT: One Page) 4.2 Section 2: Submission of Capability Statement or similar document should be no more than 10 pages utilizing the front and back of the paper. 4.3 Section 3: Please submit 2 hard copies to the questions above to the address below. Please submit 1 digital copy to the following email address 5.0 INDUSTRY DISCUSSIONS MICC anticipates a large response to this request and therefore, will not be engaging in individual telephonic discussions, emails, presentations or meetings. 6.0 DISCLAIMER AND IMPORTANT NOTES MICC appreciates your assistance with this market research and emphasizes that this is for planning purposes only. This is not an invitation for bid, request for proposal or other solicitation and in no way obligates MICC to award a contract. The sole intent of this RFI is to obtain feedback as noted above from the Small Business Administration 8(a) certified vendor population located within Region - 1. Submission documents will be submitted digitally and by hard copy to the email and address below. This RFI announcement is to establish an expression of interest only and does not commit the Government to pay for proposal or sources sought preparation cost. RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. This announcement shall not be considered an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Interested parties should provide adequate technical information demonstrating that the offeror can provide the full scope of required products and services in support of an anticipated January 2015 Award date for the contractual effort. Questions and Responses should be directed to the MICC-Fort Meade personnel listed below: The deadline for response to this notice is 15 working days from the date of publication. Contracting Office Address: ATTENTION: JOC TEAM U.S. Army Mission and Installation Contracting Command MICC - Fort Meade 4215 Roberts Avenue, 1st Floor C-Wing Fort George G. Meade, MD 20755-5081 Email Address as follows: Usarmy.meade.acc-micc.mbx.pre-award-contract-information@mail.mil Place of Performance: U.S. Army Mission and Installation Contracting Command MICC - Fort Meade 4215 Roberts Avenue, 1st Floor C-Wing Fort George G. Meade, MD 20755-5081 US Point of Contact(s): MICC-Fort Meade Office 301-677-5135
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/44ce960187d467396e06fea4ea7df157)
 
Place of Performance
Address: MICC - Fort Meade Directorate of Contracting, 4550 Parade Field Lane Fort George G. Meade MD
Zip Code: 20755-5081
 
Record
SN03309795-W 20140315/140313234907-44ce960187d467396e06fea4ea7df157 (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.