Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2017 FBO #5808
SOURCES SOUGHT

Z -- Sources Sought for Fort Leonard Wood JOC - Sources Sought

Notice Date
10/16/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Leonard Wood, 8112 Nebraska Avenue, Fort Leonard Wood, Missouri, 65473, United States
 
ZIP Code
65473
 
Solicitation Number
W911S7-18-B-0010
 
Archive Date
11/16/2017
 
Point of Contact
Nicole J. Black, Phone: 5735960952
 
E-Mail Address
nicole.j.black.civ@mail.mil
(nicole.j.black.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought JOC FLW Statement of Work SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 236220, Commercial and Institutional Building Construction with a small business size standard of $36,500,000. A need is anticipated for the Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) to determine the availability and capability of companies to complete repair and maintenance of real property including but not limited to, repair and replacement of HVAC, water, and sewer systems, paving, roofing, interior and exterior painting, ceiling repairs or replacements, repair or replacement of floor coverings, renovations, refurbishments, civil works and electrical repairs involving all of the building crafts and trades at multiple facilities located in the states of Missouri, Nebraska, Kansas, Illinois and Iowa. The task orders to be awarded under this contract will be for miscellaneous work at various buildings including but not limited to administrative facilities, barracks, childcare centers, lodges, recreation/fitness centers, warehouse, community centers, and aircraft hangars. The proposed contract will be for one base year with 4 one-year renewable options, resulting in the maximum contract performance period of 5 years. Responses to this announcement must be received no later than 11:00am CST on Wednesday, November 1, 2017. Responses shall be e-mailed to Nicole Black at Nicole.j.black.civ@mail.mil. Responses shall include the following: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/417ee7e658917311ea33ebd001929d13)
 
Place of Performance
Address: Fort Leonard Wood, Missouri, 65473, United States
Zip Code: 65473
 
Record
SN04714691-W 20171018/171016231215-417ee7e658917311ea33ebd001929d13 (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.