Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOURCES SOUGHT

Z -- Simplified Acquisition of Basic Engineering Requirements (SABER)

Notice Date
3/8/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NPS, IMR - Arizona MABO 1824 S Thompson St, Ste 200 Flagstaff AZ 86001-2694 US
 
ZIP Code
00000
 
Solicitation Number
140P1518R0009
 
Response Due
3/22/2018
 
Archive Date
4/6/2018
 
Point of Contact
Packard, Sherry
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice / Request for Information for the purpose of conducting market research, and obtaining industry information ONLY. Proposals are NOT being requested, nor accepted at this time. The purpose of this Sources Sought Notice / Request for Information is to obtain knowledge of interest, capabilities and qualifications from qualified small business concerns. The National Park Service (NPS) will use information obtained through this notice as well as other market research to develop an acquisition strategy. The National Park Service - Intermountain Region (NPS-IMR), Arizona Major Acquisition Buying Office (Arizona MABO), is soliciting feedback from interested Small Businesses experienced in executing multi-trade projects under the Simplified Acquisition of Basic Engineering Requirements (SABER), or Job-Order Contracts (JOC) business models. The NPS-IMR will use the information obtained to develop an acquisition strategy to use in issuing a formal solicitation for a new SABER contract. SABER is an Indefinite Delivery, Indefinite Quantity (IDIQ) contract vehicle that may be used to accomplish a broad range of minor construction, renovation, maintenance, and repair projects. The NPS-IMR intends to issue a Request for Proposal (RFP) to award a SABER contract for minor construction, renovation, maintenance, and repair projects at current and future NPS Parks, Park Units and locations throughout the state of Arizona, to include Glen Canyon National Recreation Area. Typical work under the SABER contract will include, but will not be limited to incidental design services, construction of facilities, interior and exterior facility renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited interior & exterior utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, surveys, studies, and other related work. The contractor shall be responsible for furnishing all materials, labor, plans, tools, transportation, equipment, services and incidentals necessary to complete each task order from conception through completion. The contractor shall be capable of performing multiple simultaneous projects. All work will be accomplished in accordance with individual task order requirements, master specifications, contractor developed construction drawings, and a detailed estimate developed using a contract specific cost estimating software and unit price databases. Based on the results of our market research, and interest demonstrated by responses to this notice, our goal is the award of a SABER contract to a single qualified small business concern. The North American Industry Classification System (NAICS) code for the SABER contract will be 236220. The small business size standard will be $36.5 million average annual revenue for the previous three years. The total period of performance for this SABER contract, to include all options, shall not exceed five (5) calendar years. Task orders will typically range in value from $10,000 to $350,000, each with a minimum task order value of $2,000, and a maximum task order value of $1,000,000. The total of individual task orders placed against the SABER contract shall not exceed $25,000,000. The selection process will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. The NPS is requesting that interested small businesses respond to this notice by furnishing the following information by 3:00 PM, MST - March 22, 2018. Responses are limited to no more than three (3) pages and should be in Adobe Acrobat PDF or Microsoft Word format. (1)Company name, address, point of contact, telephone number, email address, and DUNS Number. (2)Socio-economic Classification(s): 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Woman Owned Business, Large Business, or Small Business, etc. State your firm's socio-economic classification and what your average annual revenue has been over the past three (3) fiscal years. The size standard for NAICS 236220 is $36.5M and is calculated by averaging your firm's annual gross receipts over the past three (3) completed fiscal years. (3)Provide a general statement of your qualifications, capabilities and ability to perform the required types of work described. (4)Demonstrate experience and technical competence in the execution of construction projects in the typical dollar value range of $10,000.00 to $350,000.00. (5)State the firm's number of years of experience executing contracts similar to SABER or JOC contracts. What metro locations, geographic areas, and/or military installations have you performed projects on under the SABER/JOC business models. Please include contract number(s), dollar value(s) and owner points of contact. (6)Brief description of at least five (5) construction & design / build services similar to that described above provided within the past five (5) years. Minimum information should include the following: contract number, total contract value, project location, period of performance, and a brief description of the services. Do not send photos at this time. Contracts / projects submitted must be similar in scope and dollar value to the work described in this sources sought. (7)Responders, including joint ventures, should demonstrate that they have the capacity to perform all aspects of the types of work described in this synopsis, either by their in-house capabilities or through their teaming / subcontractor's capabilities. Existing and potential joint ventures, mentor/protégé, and teaming arrangements are acceptable and encouraged. (8)Provide your firm's bonding capacity for a single project and in aggregate. (9)Do you anticipate that your firm would have the ability to self-perform a minimum of 15% of each task order issued under this business model? Has your firm experienced difficulty in meeting contract requirements to self-perform 15% of the total contract requirements with your own staff in the past? If so, please provide explanation or commentary. (10)The Government intends to solicit coefficient pricing for the base, and each option period. The only economic price adjustment would be through annual updated pricing in the RS Means or other similar unit pricing arrangement based on wage increases. Does your firm foresee any issues providing pricing under this arrangement? All responses to this notice should be submitted by 3:00 PM, MST - March 22, 2018 to: Sherry Packard at sherry_packard@nps.gov THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. ONLY E-MAILED RESPONSES WILL BE ACCEPTED. Responses should be provided no later than 3:00 PM, MST - March 22, 2018. All responses should be e-mailed to sherry_packard@nps.gov. Responses are limited to no more than three (3) pages and should be in Adobe Acrobat PDF or Microsoft Word format. This posting is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P1518R0009/listing.html)
 
Record
SN04847399-W 20180310/180308231139-2383b593ee268ca9fe30243f9e08114d (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.