Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2016 FBO #5237
SOLICITATION NOTICE

Y -- Indefinite Delivery, Indefinite Quantity (IDIQ) Job Order Contract (JOC)

Notice Date
3/24/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Drum, 45 West Street, Fort Drum, New York, 13602-5220, United States
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-16-R-8001
 
Point of Contact
Kelli J. Rinard,
 
E-Mail Address
kelli.j.rinard.civ@mail.mil
(kelli.j.rinard.civ@mail.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Title: Y - Indefinite Delivery, Indefinite Quantity (IDIQ) Job Order Contract (JOC) Document Type: Pre-Solicitation Notice Solicitation Number: W911S2-16-R-8001 Classification Code: Y1QA - Construction of Structures and Facilities Set Aside: Total set-aside for HUBZone small business concerns NAICS Code: 236220 - Commercial and Institutional Building Construction Description: The Mission and Installation Contracting Command (MICC) Fort Drum, NY anticipates issuing a Request for Proposal (RFP) for an Indefinite Delivery, Indefinite Quantity (IDIQ) Job Order Contract (JOC) for providing maintenance, repair or alteration of real property, and minor new construction for the Directorate of Public Works (DPW) located at Fort Drum, NY. Place of Performance: All maintenance, repair, and minor new construction will be performed at Fort Drum, NY 13602. General Information: The Government intends to award a single JOC for repair, maintenance, and minor new construction services in support of the DPW located at Fort Drum, NY. The contract type will be a IDIQ JOC (IAW AFARS 5117.90 - Job Order Contracts). The Contractor shall provide all materials, supplies, job site supervision, labor and equipment necessary to perform all work in connection with minor construction of new, repair/replacement of existing real property, and related work as specified at Fort Drum, New York, in strict accordance with the Statement of Work, specifications and drawings, and subject to the terms and conditions of the contract. The anticipated contract will be one, 12-month base ordering period from approximately 01 November 2016 through 31 October 2017 with four (4) one-year optional ordering periods. This requirement includes but is not limited to: carpentry; road repair; roofing; excavation; fiber optics; building automation tasks; interior and exterior electrical; steam fitting; heating, ventilating, and air conditioning (HVAC); plumbing; sheet metal work; painting; demolition; concrete masonry; welding; emergency repairs; and water lines and gas lines construction and repair. Any correspondence concerning this acquisition shall reference RFP number W911S2-16-R-8001 in the subject line. This requirement is 100% set aside for certified HUBZone small business concerns. All other offerors are ineligible to provide proposals. The North American Industry Classification System (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction, size standard $36.5 Million. IAW FAR 36.204, the Government anticipates the magnitude of this JOC to be more than $10,000,000.00. The Government anticipates a $99,000,000.00 maximum potential ordering value over the life of the contract, with a guaranteed minimum of $10,000.00 for the base ordering period and $5,000.00 for each exercised optional ordering period. The anticipated posting date of the RFP is no sooner than 15 days after the publication of this notice. Upon release to the public, the RFP as well as the amendments will be available at the FedBizOpps website https://www.fbo.gov/. The RFP will specify the actual date and time for proposal receipt. As prescribed in FAR 52.204-7 and DFARS 252.204-7004 Alt A, interested parties must be registered and current in the System for Award Management (SAM) under the NAICS 236220, representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM/. SAM registration must be complete prior to proposing. The point of contact is the Contract Specialist, Kelli J. Rinard, email: kelli.j.rinard.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a6b61e4babc11d8beff9aebfcc705674)
 
Place of Performance
Address: Fort Drum, New York, 13602, United States
Zip Code: 13602
 
Record
SN04061321-W 20160326/160324234530-a6b61e4babc11d8beff9aebfcc705674 (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.