SOURCES SOUGHT
Y -- Construction Multiple Award Task Order Contracts (MATOC) Indefinite-Delivery Indefinite-Quantity (IDIQ) - Sources Sought Response Form
- Notice Date
- 3/16/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Rhode Island, 2841 S. County Trail, Bldg 235, East Greenwich, Rhode Island, 02818-1728, United States
- ZIP Code
- 02818-1728
- Solicitation Number
- W912LD-17-R-0001
- Point of Contact
- Mona Morin, Phone: 4012754248, Timothy Caron, Phone: 401-275-4282
- E-Mail Address
-
mona.morin.civ@mail.mil, timothy.j.caron.mil@mail.mil
(mona.morin.civ@mail.mil, timothy.j.caron.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Notice Solicitation No.: W912LD-17-R-0001 Construction Multiple Award Task Order Contracts (MATOC) Indefinite-Delivery Indefinite-Quantity (IDIQ) Category: Y -Construction of Structures and Facilities-Potential Sources Sought NAICS: 236220 Commercial and Institutional Building Construction Date Published: Contact: Contracting Division, USPFO for Rhode Island, Building 235, 2841 South County Trail, Route 2, East Greenwich, RI 02818 Point of Contact (POC): Ms Mona Morin Synopsis: The USPFO for Rhode Island, anticipates the solicitation and award of multiple IDIQ contracts to accomplish as task orders, a broad range of maintenance, repair and construction services in support of the Rhode Island Army and Air National Guard over a base period of two (2) years and three (3) one-year options. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities, surveys, studies, and other related work. Prospective contractors must be able to respond to emergencies within 120 minutes (2 hours). The U.S. Property & Fiscal Officer for Rhode Island may issue a solicitation and issue a minimum of 3 and up to approximately 20 awards. The North American Industry Classification System (NAICS) code for the MATOC will be 236220.The small business size standard is $36.5 million average annual revenue for the previous three years. Total contract period for each MATOC, to include all options, shall not exceed five (5) calendar years. Task Orders will range in value from $2,000.00 to $5,000,000.00. The total amount of individual task orders placed against a MATOC shall not exceed $10,000,000.00 to any one contractor. Source Selection procedures will be utilized to determine awardees. SOURCES SOUGHT. This is a Sources Sought Synopsis for the purpose of conducting market research and obtaining industry information ONLY. No proposals are being requested nor accepted at this time. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of small business concerns, including 8(a) Small Businesses, Historically Underutilized Business Zone (HUBZone) Small Businesses, Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). All interested parties should respond by submitting a completed Sources Sought Information Request Form. When a solicitation is issued, a construction project will be included in the Request for Proposal (RFP) for contractors to submit pricing. The magnitude of the construction project is in between $25,000 to $100,000. The construction project may or may not be awarded. All interested parties will provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor not later than March 30, 2017. This notification shall not exceed seven typewritten pages and must include the following: (1) Positive statement of intent to submit an offer as a prime contractor; (2) A completed and signed Sources Sought Information Request Form; (3) A listing of projects completed during the past three years, both for government and private industry. The type of project, dollar value, contract number, location and POC info are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and POC of the prime contractor; (4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. In the event adequate Small Business contractors are not available for adequate competition for this requirement, it may be advertised as unrestricted. Information shall be provided via email to: mona.morin.civ@mail.mil and cc timothy.j.caron.mil@mail.mil. Include the following in the subject line: Sources Sought W912LD-17-R-0001. No facsimile responses will be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA37-1/W912LD-17-R-0001/listing.html)
- Place of Performance
- Address: U.S. Property & Fiscal Office for Rhode Island, Camp Fogarty Training Site, Quonset Air National Guard (ANG) Base, Quonset State Airport, East Greenwich, Rhode Island, 02818, United States
- Zip Code: 02818
- Zip Code: 02818
- Record
- SN04437097-W 20170318/170316234411-680c6535a919ef108b49e64cbd798668 (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 |