Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2017 FBO #5724
SOLICITATION NOTICE

Z -- Job Order Contract, Dugway Proving Ground, Utah

Notice Date
7/24/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Hood, 761st Tank Battalion Ave., Room W103, Fort Hood, Texas, 76544-5025, United States
 
ZIP Code
76544-5025
 
Solicitation Number
W91151-17-R-0064
 
Archive Date
10/4/2017
 
Point of Contact
Shawn R. Reinhart, Phone: 2542875689, Kimberly Ross, Phone: 2545539509
 
E-Mail Address
shawn.r.reinhart2.civ@mail.mil, kimberly.r.ross14.civ@mail.mil
(shawn.r.reinhart2.civ@mail.mil, kimberly.r.ross14.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Pre-Solicitation Only. This is for informational purposes. No Solicitation is currently provided. The 418th Contracting Support Brigade, Mission and Installation Contracting Command (MICC) - Fort Hood, Texas anticipates issuing a Request for Proposal (RFP) for a single award Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for Real Property Sustainment, Restoration and Modernization (SRM) minor construction in support of the United States Army Directorate of Public Works (DPW) located at Dugway Proving Ground, Utah. While the preponderance of the work is within the cantonment area, performance requirements will include English Village, Ditto Area, Avery Area, Carr Facility, the Baker/Life Sciences Test Facility, Michael Army Air Field and other remote locations included within the 1,252 square miles that makes up the installation's total footprint. Work under this contract is typical of a JOC for small, multi-trade projects comprised of multiple construction trades, which includes but not limited to site work, demolition and build back, replacement of mechanical systems and controls, preservation of infrastructure, renovation, replacement of finishes, and some vertical construction. The term of the contract will consist of a 12-month base performance period, and four 12-month option periods, commencing on or about 1 January 2018. The estimated magnitude of the total requirement is between $50M and $75M. Firm-fixed price task orders placed under the contract will range in value from $2k to $1M. The designated North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction; the Small Business Administration size standard is $36.5M per annum. Competition will be limited to qualified 8(a) firms, maintaining a bona fide office within the geographical area serviced by the Utah Small Business Administration District Office. Please refer to 13 CFR 124.507(c)(2). Section 8(a) firms not having an approved bona fide office within the District are ineligible to participate in the solicitation. The Government anticipates release of the solicitation on or around 8 August 2017 with a projected closing date of 4:00 p.m., Central Daylight Time, on 19 September 2017. Interested parties are encouraged to re-visit this site for updates to the date/time set for receipt of proposals. No paper copies of the solicitation will be distributed; the solicitation and applicable attachments and technical exhibits will only be available via the Federal Business Opportunities (FBO) website at https://www.fbo.gov. The solicitation will provide pre-proposal conference information. Prospective contractors must be actively registered in the System for Award Management (SAM) under the NAICS 236220 in order to be eligible to receive an award from this solicitation. For more information, visit the website at https://www.sam.gov/. Notification of any changes (amendments) to the solicitation will be posted only at the FBO website, https://www.fbo.gov. It is the prospective contractor's responsibility to check the website frequently for any updates, amendments or any additional information. The Government will not be held responsible for any information a prospective contractor does not receive once the information is issued on FBO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7e65c9edd75ae4213c03f7575afece3b)
 
Place of Performance
Address: Dugway Proving Ground, Utah, Dugway Proving Ground, Utah, United States
 
Record
SN04593428-W 20170726/170725085902-7e65c9edd75ae4213c03f7575afece3b (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.