Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOURCES SOUGHT

Z -- FBI Job Order Contract (JOC) - Draft SOW

Notice Date
7/20/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
FCU-17-0026306
 
Archive Date
8/19/2017
 
Point of Contact
David W. Triplett, Phone: 3046254861, Andrea Chiodi, Phone: 2023239524
 
E-Mail Address
dwtriplett@fbi.gov, amchiodi@fbi.gov
(dwtriplett@fbi.gov, amchiodi@fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft SOW This is a SOURCES SOUGHT SYNOPSIS ONLY. This synopsis is not a solicitation and there is no Request for Proposal (RFP) at this time. This synopsis is a market research tool to determine the availability of qualified Small Business sources. The Federal Bureau of Investigation (FBI) intends to issue a Request for Proposal (RFP) solicitation for a Job Order Contract (JOC) at various FBI sites including: • Washington D.C. metropolitan area • Quantico, Virginia • Clarksburg, West Virginia This is a 100% Small Business Set-Aside requirement. The NAICS code is 236220 with a size standard of $36.5 Million. The solicitation will be for a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) Contract, to provide a broad range multi-trade new construction, renovation, maintenance, and repairs at predetermined locations identified by individual Firm Fixed Price (FFP) Task Orders, predicated on a performance-based scope of work. The typical project is expected to be in the $5,000 to $250,000 range (smaller and larger projects will also be considered within the range of $2,000 to $1,000,000). Delivery and/or performance periods shall be specified in individual Task Orders. The period of performance for this contract will be one (1) base year and four (4), one (1) year options with anticipated not-to-exceed amount of $40 Million. The FBI is researching small business capabilities to support building construction, renovations, repairs, and maintenance services of industrial, administrative, commercial, and utility projects. The general scope of the requirements will be to perform multiple task orders at one time. This IDIQ contract will require a contractor to be on-call for requirements at FBI locations defined above. This acquisition will require a general contractor with experience and expertise capable of managing numerous task orders at the same time, which will require construction scheduling, cost estimating, quality control, and coordination of subcontractors in a wide variety of construction trades. This Sources Sought Request for Information (RFI) is not a Request for Proposal. This Request for Information is for market research and for consideration in acquisition planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the FBI. No solicitation documents are available. Information from the Sources Sought will be used to understand the capabilities of the competitive market. Results from this Sources Sought will be used to develop our market research report and finalize acquisition strategy. After responses are received, technical staff will evaluate responses and may interview prospective contractors to pursue future contracting initiatives. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on the Federal Business Opportunities website www.fbo.gov. A response to this sources sought is not an adequate response to the solicitation announcement. If your organization has the potential capacity to perform Job Order Contract (JOC) services, please provide capability statements that clearly define your company's ability to perform the work stated in this RFI. Capability statements shall not exceed five (5) pages and must include the following: 1. Company name, address, point of contact, phone number and e-mail address. 2. Cage Code 3. DUNS Number 4. Socio-Economic Status (reflect all) 5. Registered in SAM.gov: (Y/N) 6. Geographic limitations on service area, if any. 7. Company interest in providing a proposal on pending solicitation, once issued: (Y/N) 8. Familiarity and knowledge of the requirement. 9. Ability to provide the full range of new construction, renovation, repair, and maintenance successfully at the locations, magnitude and complexity defined above. Is your company successfully performing same or similar contracts? Similar projects could include job order contracts (JOC); Air Force Simplified Acquisition of Base Engineer Requirements (SABER) contracts; multiple award or single award task order contracts or similar type contracts. Include description of contract, lists of task orders completed or ongoing with task order values and descriptions, duration of contract and any other information that would aid the Government in determining similarity of the contract with the intended contract. Description of up to five (5) similar projects completed by your company as a prime contractor within the past five (5) years, including as much of the following information as possible: a. Dollar amount of the contract; b. Brief description of the technical requirements of that project; c. A description of the work that was performed and whether it was self-performed or performed by a subcontractor; if performed by a subcontractor, identify subcontractor; d. Indication of how long the services took to complete from start to finish; e. Name, address, point of contact and phone number of customer organization for which the work was done. 10. Contractors business Experience and Technical Approach to managing a JOC: a. Qualifications of key personnel and retention of key personnel. b. Bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). c. Safety Plan and Safety Record/EMR rating. d. Quality assurance program or quality management. e. Project management methods. f. Information technology systems. g. Any other criteria deemed relevant. 11. A Draft version of the scope of work, Section C, has been included as an attachment to this Sources Sought. Contractors are requested/encouraged to provide comments/feedback in response to this draft document. Comments should be based on industry best practices and lessons learned working similar requirements for other government agencies and/or commercial market. Interested parties should respond via e-mail to the point of contacts below no later than 5:00 p.m., Eastern Standard Time, August 3, 2017. Submissions for this Sources Sought should be in Microsoft Word. Responses shall not exceed five (5) pages. POINTS-OF-CONTACT Mr. David Triplett at dwtriplett@fbi.gov and Ms. Andrea Chiodi at amchiodi@fbi.gov. At this time, the FBI does not guarantee that any future contracts may be awarded covering the aforementioned duties and responses to this Sources Sought. Responses to this Sources Sought do not bind the FBI to any agreement with any interested contractor, be it explicit or implied. Contractors are advised that the FBI will not pay for information submitted in response to this Sources Sought, nor will it compensate contractors for any costs incurred in the development or furnishing of a response. The FBI will not entertain telephone calls or questions regarding this Sources Sought and will only evaluate written responses to the information requested.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/FCU-17-0026306/listing.html)
 
Place of Performance
Address: Multiple Locations, United States
 
Record
SN04588768-W 20170722/170720235532-45710455184f17e7d95c72a34772fdb6 (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.