Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2018 FBO #5992
SOURCES SOUGHT

Z -- Job Order Contract (JOC) for McAlester Army Ammunition Plant Oklahoma

Notice Date
4/18/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: USACE, CESWT- CT, 2488 E. 81st Street, Tulsa, Oklahoma, 74137-4290, United States
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV18R0023
 
Point of Contact
Brian J. Abel, Phone: 9186697407, Gene Snyman, Phone: 9186697010
 
E-Mail Address
brian.j.abel@usace.army.mil, gene.snyman@usace.army.mil
(brian.j.abel@usace.army.mil, gene.snyman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For JOB ORDER CONTRACT (JOC), MCALESTER ARMY AMMUNITION PLANT (MCAAP) This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award a Job Order Contract. Proposed project will be a competitive Negotiated Procurement using trade-off process in accordance with FAR 15 for a firm-fixed price, indefinite delivery - indefinite quantity contract. The type of set-aside decision(s), such as small business or service disabled veteran owned small business, to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the following: 1. Description: This Job Order Contract (JOC) is for a broad range of maintenance, repair and minor construction work on real property at McAlester AAP, McAlester, Oklahoma. The Contractor shall furnish, upon receipt of a task order, labor, tools, equipment, and materials (except as indicated otherwise in the specifications) and perform all work in strict accordance with the terms, conditions, special contract requirements, specifications, drawings, attachments, and exhibits contained in the contract or incorporated by reference. The contractor may be required to meet compressed schedules. Facilities will be identified in each task order. Work will vary from site to site. Since the facilities may be in full operation, the contractor will be required to minimize interference with the daily operation of the facilities. 2. The Contractor's work and responsibility shall include all contractor planning, programming, administration, and management necessary to provide all repair or minor construction and related services as specified. The contractor shall conduct the work in strict accordance with the contract and all applicable Federal, State, and local laws, regulations, codes, or directives. The contractor shall ensure that all work provided meets or exceeds the critical reliability rates or tolerances specified or included in applicable documents. The contractor shall provide related services such as preparing and submitting required reports and submitting necessary information as specified under this contract and each task order. 3. The Government will provide the basic requirement to the Contractor detailing the task to be accomplished. The detail provided will vary from a general idea of what is required with no drawings to complete design documents, depending on the complexity of the project. The contractor will be required to use the information provided by the Government and submit a complete proposal regardless of how much information is provided by the Government. The proposal will include the construction method for performing the work required. For task orders where no drawings are provided by the Government, the contractor will be required to provide sketches to clearly show the work included with the proposal. 4. The Contractor shall complete all work and services under this contract in accordance with schedules established in each task order. Submittal dates will be included in the task order. Types and numbers of submittals shall be established by each task order. 5. The Contractor shall perform repair and minor construction defined in each task order. The Contractor shall provide all labor, material and equipment in sufficient quantities to meet approved requirements. The Contracting Officer will issue a Request for Proposal (RFP). The Contractor shall be responsible for estimating the level of effort required to perform the requested work. The contractor shall provide the Contracting Officer a detailed proposal for items required to perform the work within the time specified in the RFP. Upon approval of the Contracting Officer and receipt of a task order, the contractor shall coordinate the start of work with the point of contact identified in the task order. The work shall be completed within the performance times provided on the task order. Work shall be in compliance with applicable codes and approved facility standards. 6. RSMeans adjusted for the McAlester, Oklahoma area will be used with designated software to produce contractor estimates, using a pre-negotiated priced item coefficient for overhead and other related contractor expenses. The coefficient for Non-priced work items will be negotiated by the Contractorfor each affected task order. Further details concerning priced and non-priced coefficients will be provided in the solicitation for this contract. In accordance with FAR 36/DFARs 236, the estimated construction capacity for this project is $44M over the entire base and option year periods. The contract will be a two-year base with three option years. Minimum capabilities require previous experience at an industrial complex located at least 75 miles away from the nearest city with a population of 100,000 or more. McAlester is approximately 125 miles from Oklahoma City and Tulsa, Oklahoma. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5M. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 5/18/18, and the estimated proposal due date will be on or about 6/18/18. The official solicitation under number W912BV18R0023 will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, DUNS number, CAGE code and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) verified via letter from the respective bonding company(ies). Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 PM Central on 4/26/18. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Email your response to Brian Abel at brian.j.abel@usace.army.mil and Eugene Snyman at Gene.Snyman@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18R0023/listing.html)
 
Place of Performance
Address: McAlester, Oklahoma, United States
 
Record
SN04893239-W 20180420/180418230659-34e3b46d1867954d3c7d21e0fdd31330 (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.