SOURCES SOUGHT
Z -- IDIQ Job Order for maintenance - JOC attachment
- Notice Date
- 4/5/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123616R4JOC
- Archive Date
- 5/11/2016
- Point of Contact
- Kevin E. Comegys, Phone: 7572017310
- E-Mail Address
-
kevin.e.comegys@usace.army.mil
(kevin.e.comegys@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- JOC attachment / work sheets The purpose of this SOURCES SOUGHT NOTICE is for Market Research ONLY to determine interest and capability of potential qualified Small Business, Certified 8(a) Small Business, HUBZone Small Business, Woman-Owned Small Business firm and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $36.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. If inadequate responses are received, this solicitation may be issued for full and open competition. NO AWARD will be made from this Sources Sought Notice. NO SOLICITATION is available at this time. All responses shall be used to determine the appropriate acquisition strategy for an anticipated future acquisition. The U.S. Army Corps of Engineers (USACE) Norfolk, VA District is seeking potential small businesses capable of performing under an indefinite delivery indefinite quantity (IDIQ) job order contract (JOC) for maintenance, repair, and minor construction services in Richmond, Virginia. This is not a follow-on contract. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. PROJECT INFORMATION The Norfolk District requires the services of a construction firm capable of managing simultaneous projects (up to 35+) for a broad range of maintenance, repair and minor construction work at DSCR Richmond, Virginia. The scope of work is anticipated to encompass a wide variety of minor construction and repair tasks to provide real property repair and maintenance to include, but not limited to, the following areas: 1) General Contractor Services, including road repair; pavement repair; building renovation; roofing; excavation; emergency repairs; providing new finishes on the interior of buildings; water lines and gas line construction and repair; all utility repairs including sanitary sewer and storm drainage; all fire protection repairs 2) Structural System Services, including carpentry; maintenance, repair and replacement services on floors, floor coverings, walls, wall coverings, window repairs and replacement; exterior systems such as roofs and gutters; structural brick work and stone and concrete masonry; sheet metal work; painting; demolition; concrete masonry; and welding; 3) Electrical Services (interior and exterior); 4) Plumbing Services; and 5) Heating, Ventilation, and Air Conditioning Services - heating, ventilating, and air conditioning (HVAC) repair and replacement. The Contracting Officer has classified this requirement as Commercial and Institutional Building Construction, North American Industry Classification System (NAICS) code 236220. The small business size standard is $36.5 million. Contract Period of Performance and Amount. Any resultant contract will be awarded for a period of one (1) base year, and four (4) option years, not to exceed five (5) years. The order of magnitude for this effort is estimated between $20,000,000.00 and $25,000,000.00. The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job. Note: (1) If the decision is to Set-Aside this procurement for HUBZone Small Business, the contractor shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HUBZone Small Business receiving a HUBZONE contract for general construction must perform at least 15% of the contract either itself or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (2) If the decision is to Set-Aside this procurement for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) states, "The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees." THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 10 point font minimum) demonstrating ability to perform the requested services identified in this survey responding the questions below and utilizing the templates provided as a guide. If you can meet all of the requirements for this project and the information in the questionnaire, please respond to this sources sought synopsis by email or mail to U.S. Army Corps of Engineers, Norfolk District, Contracting Office; Attention: Mr. Kevin Comegys, 803 Front Street, Norfolk, VA 23501, or via email at kevin.e.comegys@usace.army.mil. Send a courtesy copy (cc) to Ms. Tramaine Sims at tramaine.j.sims@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. Response must be received no later than 2:00 P.M. Eastern Standard Time, on 26 April 2016. For the exact deadline, see the response date on the announcement page. Late responses may be considered, however interested parties are advised that an acquisition strategy decision will be approved shortly after the deadline, and as such the Government reserves the right to disregard late responses. Please submit the following information and the information required in the attached worksheets: Requirements for Response to this Sources Sought 1. Data Universal Numbering System (DUNS) & Commercial & Commercial, Government Entity (CAGE), or a copy of your entity record on SAM.gov. 2. Name of firm w/address, phone and fax number, and point of contact with a corresponding e-mail address. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman Owned Small Business or Service-Disabled Veteran Owned Small Business and size of firm (large or small). 4. Bonding Capacity: State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount) for a $25 million project. Also submit maximum bonding capacity and indicate a list of Construction Contracts underway with project Value to determine remaining bonding capacity. 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Woman Owned Small Business or other Small Business when its formally advertised. 6. Offeror's Joint Venture information if applicable - existing and potential 7. Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence in your firm's skills, experience, and knowledge required to perform the specified type of work. This should include documentation of past experience and competence in delivering similar requirements, for which your firm was the prime contractor. Identify the types of projects, the services which were provided, and any special challenges encountered and innovations delivered as a result. 8. Firms submitting responses shall provide: a. Narrative of previous experience using JOCs with specific information describing the firm's capabilities in each of the areas described above. b. Three examples of construction IDIQ contracts with at least $3M capacity each per year completed within the past five (5) years to include the typical number of simultaneous projects managed at one time during the contract, which are relevant to the project description in the section above. Please include point of contact information for examples provided as past performance on indicated projects may be verified. NOTE: Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, may not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Additional Info: Contracting Office Address: US Army Corps of Engineers, Norfolk District, 803 Front Street, Norfolk, VA 23501 Place of Performance: Richmond, Virginia Point of Contact(s): Kevin Comegys, Contract Specialist Kevin.e.comegys@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W9123616R4JOC/listing.html)
- Place of Performance
- Address: Richmond, VA, Richmond, Virginia, United States
- Record
- SN04074311-W 20160407/160405235510-0374cecb8f9c9d71753421820b467aac (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 |