SOURCES SOUGHT
Z -- SOURCES SOUGHT
- Notice Date
- 10/29/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- MICC - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF4-15-R-0002
- Response Due
- 11/24/2014
- Archive Date
- 12/28/2014
- Point of Contact
- Lori Nichols, 913-684-1695
- E-Mail Address
-
MICC - Fort Leavenworth
(lori.j.nicholsfellows.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) JOB ORDER CONTRACT (JOC) CONSTRUCTION FOR: U.S. Army Fort Leavenworth Department of Public Works PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED MILITARY PROGRAM. The information received will be used within Department of Public Works, Fort Leavenworth, Kansas, to facilitate the decision making process and will not be disclosed outside of the organization. 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. Respondents will not be notified of the results of the evaluation. Department of Public Works, Fort Leavenworth, KS is seeking current relevant experience, personnel, and capability to perform an indefinite quantity JOC for numerous minor construction, addition, renovation, alteration and/or repair projects for which some require design work/drawings for the U.S. Army Fort Leavenworth Department of Public Works. The task orders to be awarded under this contract will be for miscellaneous work at various buildings including but not limited to administrative facilities, barracks, childcare centers, lodges, recreation/fitness centers, warehouse, community centers, and aircraft hangars, within the North American Industry Classification System (NAICS) code is 236220 (Commercial and Institutional Building Construction), with a corresponding Small Business Size Standard of $36.5 million. The proposed contract will be for one base year with 4 one-year renewable options, resulting in the maximum contract performance period of 5 years. The estimated contract minimum guarantee is $100,000.00 per year with an estimated maximum of $10,000,000.00 per year. The anticipated Task Orders are estimated to range from $5,000 to $750,000.00. Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF). Please include the following information: 1)Contractor Information shall include: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL, if applicable; and Small business size certification, if applicable. For more information on the definitions or requirements of small business programs, refer to http://www.sba.gov/. 2)Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 3)Experience: Submit a maximum of 5 government or commercial contracts/projects your firm has completed in the last 5 years demonstrating your experience in construction, addition, renovation, alteration and repair of various types of military and/or commercial nonresidential buildings, including associated engineering related work within the cost range of $5,000 and $750,000. For each of the contracts/projects submitted, provide the 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 two points of contact, phone number, and email address. E-mail file may not be larger than 3 Mega Byte (MB). Elaborate brochures or documentation, detailed art work, or other embellishments are unnecessary and are not desired. Responses to this sources sought synopsis should be forwarded to the attention of Lori Nichols, MICC-Fort Leavenworth, please email your response to lori.j.nicholsfellows.civ@mail.mil. One copy of the submittal package is due no later than 10:00 AM (Central Time) on Tuesday, 24 November 2014. Responses received after the deadline or without the required information will not be reviewed. Contracting Office Address: Mission & Installation Contracting Command Fort Leavenworth 535 Kearney Ave., Bldg 338 Fort Leavenworth, KS 66027 Point of Contact(s): Lori Nichols, 913-684-1695
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/52ddbb3c94d94beef065b56b26bb65d8)
- Place of Performance
- Address: MICC - Fort Leavenworth 535 Kearney Ave., Bldg 338 Fort Leavenworth KS
- Zip Code: 66027-1417
- Zip Code: 66027-1417
- Record
- SN03561003-W 20141031/141030001233-52ddbb3c94d94beef065b56b26bb65d8 (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 |