Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SOURCES SOUGHT

Z -- Multiple Award Task Order Contract (MATOC) to acquire real property repair, maintenance and minor construction for Army installations on the Islands of Oahu, Hawaii, and Maui

Notice Date
5/17/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 413th CSB (W912CN) RCO Hawaii, 742 Santos Dumont Ave., BLDG 108, Wheeler Army Air Field (WAAF), Schofield Barracks, Hawaii, 96857, United States
 
ZIP Code
96857
 
Solicitation Number
W912CN-17-R-0027
 
Archive Date
6/2/2017
 
Point of Contact
Lisa K. Nakamoto, Phone: 8086560992, Mark Dahilig, Phone: 8086561004
 
E-Mail Address
lisa.k.nakamoto.civ@mail.mil, mark.r.dahilig.civ@mail.mil
(lisa.k.nakamoto.civ@mail.mil, mark.r.dahilig.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1. NOTICE: This is a sources sought synopsis issued as a means of conducting market research to identify parties having an interest in and the resources to support this requirement to acquire real property repair, maintenance and minor construction for Army installations on the Islands of Oahu, Hawaii, and Maui. The result of this market research will contribute to determining the method of procurement. The proposed North American Industry Classification System (NAICS) code assigned to this procurement is 236220, Commercial and Institutional Building Construction with a corresponding Size Standard of $36.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HubZone, and Women-Owned Small Business concerns. The Government requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. 2. PROGRAM DETAILS: The Multiple Award Task Order Contract (MATOC) to acquire real property repair, maintenance and minor construction for Army installations on the Islands of Oahu, Hawaii, and Maui is intended to be a Firm-Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) 5 year contract (a one year base ordering period and 4 one year optional ordering periods). The Government would like to make a multiple award of contracts. The work will consist of multiple disciplines in construction such as maintenance, repair, and alteration of real property, as well as minor new construction of facilities supported primarily by the US Army Department of Public Works (DPW), Hawaii. During the life of the contract, projects will be solicited as separate task orders and will be competed amongst those successful contractor(s) who receive a basic contract under the MATOC solicitation. The contractor shall furnish all equipment, tools, supervision, labor, material, quality control, and other items necessary to safely manage, and accomplish a broad range of repair, modification, and construction tasks on various real property facilities. Tasks include selection, fabrication, installation, modification, and test on various facilities and interfacing equipment. Tasks involve a variety of disciplines such as demolition, utilities, excavation, structures, electrical, mechanical, architectural, fire protection and other specialty and general construction work. 3. CAPABILITIES STATEMENT: If your organization has the potential capacity to perform these contract services, please provide the following information: a) Organization name, company address, Web site address, Point of Contact Name, email address, telephone number, and Commercial and Government Entity (CAGE) Code; b) Socio-Economic Business Status (Large Business or Type of Small Business) and size [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, Woman Owned Small Business concern, small business, large business, based on NAICS code 236220]; c) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting a summary of relevant and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; d) Summary of familiarity of construction climate for projects in the State of Hawaii including the Oahu, Maui and Hawaii Island; (e) Bonding capability on individual projects and aggregate requirements with the ability to obtain bonding and perform on several task orders concurrently; and (f) Being able to perform 25% of the work with its own workforce on multiple task orders concurrently; and 4. RESPONSE INFORMATION: Interested and qualified sources are highly encouraged to provide all information requested above. At this time, the 413th Contracting Support Brigade (CSB) Regional Contracting Office (RCO) Hawaii is only interested in responses from prime contractors with similar project experience with the ability of having bonding capability. Responses may be submitted in PDF or Microsoft Word Format. Information is limited to 5 single sided pages. Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by June 1, 2017. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Please note it is required that interested contractors be registered in System for Award Management (SAM) to be eligible for award. Please see www.SAM.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will he government pay for any information solicited or delivered. Information shall be submitted electronically in PDF or Microsoft Word. Responses shall be submitted electronically in PDF or Microsoft Word Format to Lisa Nakamoto at lisa.k.nakamoto.civ@mail.mil AND Mark Dahilig at mark.r.dahilig.civ@mail.mil by June 1, 2017 at 2:00 p.m. Hawaii Standard Time
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/01559c91a32d158bdf419f2fddcc7333)
 
Place of Performance
Address: Various Army Installations on the islands of Oahu, Hawaii, and Maui., United States
 
Record
SN04512265-W 20170519/170517235437-01559c91a32d158bdf419f2fddcc7333 (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.