Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2015 FBO #4878
SOURCES SOUGHT

Y -- West Point Multiple Award Task Order Contract (MATOC), West Point, NY

Notice Date
4/1/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD-MATOC
 
Response Due
4/24/2015
 
Archive Date
5/31/2015
 
Point of Contact
Mark Draluck, 8459388386
 
E-Mail Address
MICC - West Point
(mark.p.draluck.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command (MICC) - West Point is conducting market research to ascertain the availability of interested and capable firms to provide a broad range of maintenance, repair, and alteration projects at West Point, NY and Carlisle Barracks, PA. Inclusive are maintenance, repair, remodeling, renovation, and minor new construction which may include incidental design services. Both Design-Bid-Build and Design-Build type projects may be performed under this contract. A Multiple-Award Task Order Contract (MATOC) is anticipated resulting in issuance of firm-fixed priced task orders. Task order dollar amounts are expected to vary in size between $200,000 and $5,000,000. Interested firms should have a single task order bonding capacity of at least $5 Million and an aggregate bonding capability of at least $15 Million. It is anticipated that there will be a five (5) year ordering periods. This Sources Sought notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. The purpose of the Sources Sought notice is to determine interest and capability of potential qualified vendors relative to the North American Industry Classification System (NAICS) codes of 236220 (Commercial and Institutional Building Construction). All responsible sources may submit a capability statement, as described below, which shall be considered by the agency. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small business, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, that may limit small businesses from participation. Responses are to be sent via email to Mark Draluck at mark.p.draluck.civ@mail.mil no later than 4:00 PM on 24 April 2015. Interested respondents should submit a brief capabilities statement package (no more than 3 pages in length, single spaced, 12 point font minimum) clearly demonstrating the firm's ability to perform this requirement. A generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, the package shall address the following: 1. Title of the requirement; Company Name; Address; and Point of Contact (POC) name, phone number, and email address. 2. Company profile to include office location(s), DUNS number/CAGE Code, NAICS, and a statement regarding current small business status to include small business type(s)/certification(s) such as: 8a, WOSB, EDWOSB, HUBZone, SDVOSB, etc. 3. Specific experience (private and/or government) in performing similar projects under a similar contract arrangement. Specifically, the respondent shall demonstrate experience handling multiple on-going projects and supporting expedited acquisition processes where response times for pre-proposal site visits and proposal submissions may be severely shortened. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein. A maximum of five (5) project examples reflecting the firm's experience should be submitted. 4. Any suggestions or comments about the NAICS code selection, contract type, or effort in general.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0c5d4519d2858c7f70c3a9d46d029e35)
 
Place of Performance
Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
Zip Code: 10996-1514
 
Record
SN03685568-W 20150403/150401234829-0c5d4519d2858c7f70c3a9d46d029e35 (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.