Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOURCES SOUGHT

Z -- Sustainment, Restoration and Maintenance (SRM), Indefinite Delivery Indefinite Quantity (IDIQ) Contrac

Notice Date
8/7/2018
 
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, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-19-SS-0005
 
Archive Date
10/31/2018
 
Point of Contact
Robert Norris, Phone: 9077535592, Theresa M Afrank, Phone: 907-753-2739
 
E-Mail Address
robert.l.norris@usace.army.mil, theresa.m.afrank@usace.army.mil
(robert.l.norris@usace.army.mil, theresa.m.afrank@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sustainment, Restoration and Maintenance (SRM), Indefinite Delivery Indefinite Quantity (IDIQ) Contract, Various Military Installations and other locations in Alaska. Solicitation Number: W911KB-19-SS-0005 Response Date: Thursday 06 September 2018 Set Aside: Small Business Classification Code: Z - Maintenance of Structures and Facilities NAICS Code: 236220 -- Commercial and Institutional Building Construction THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR SMALL BUSINESS ONLY. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. The U.S. Army Corps of Engineers (USACE), Alaska District is conducting market research to facilitate a determination of acquisition strategy and determine availability of potential qualified contractors prior to determining method of solicitation for anticipated acquisition. The determination of acquisition strategy lies solely with the Government and will be based on this market research and information available to the Government from other sources. This USACE Alaska District market research is anticipated to identify businesses, small business category, business type, and businesses that have the capability to perform the type of work requirements described as follows: The sources sought is for an anticipated acquisition for the Design, Construction and/or Repair of various real property on military installations and other locations throughout. The proposed acquisition will be for an indefinite-delivery indefinite-quantity (IDIQ) multiple award contract type in accordance with the Federal Acquisition Regulation (FAR) Part 16.5. A variety of individual Sustainment, Restoration and Maintenance (SRM) tasks will be issued through task order(s) on the IDIQ contract(s). During a proposed 5-year ordering period, the Government will identify the specific scope of construction or repair work required to complete each job, negotiate a price and performance time for each job, and issue task orders to the contractor to complete the work. The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job. Individual jobs will vary in size, with majority not expected to exceed $10,000,000.00 Million (M). The tasks may include horizontal construction, vertical construction, sustainment, renovation and modernization of real property, or a combination, and may be fully designed or Design-Build. The work may also include, but is not limited to, a variety of construction, repair and renovation of administrative facilities, industrial buildings, power plants, utilities (water, sewer, communications, security systems, electric, fire protection, and steam and hot water systems), incidental environmental work to include but not limited to, incidental soil, asbestos and Hazardous, Toxic and/or Radioactive Waste (HTRW) containment/disposal, and/or site work (fencing, roads, parking, airfield paving, and drainage).. It is anticipated to be awarded as a multiple award IDIQ with up to four (4) contracts awarded with a shared capacity that shall not exceed $98M. The applicable North American Industry Classification System (NAICS) code is 236220 -- Commercial and Institutional Building Construction, and the related small business size standard is $36.5 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED SMALL BUSINESS PRIME CONSTRUCTION FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than Thursday 06 September 201 @2:00 PM ALASKA TIME, by email only, submit electronically all requested documentation listed below to: Mr. Robert Norris, robert.l.norris@usace.army.mil, with copy to Theresa M Afrank, theresa.m.afrank@usace.army.mil. Interested firms should submit a capabilities package (not exceeding a total of five (5) pages) demonstrating their firm's ability to perform the work listed above. Package should include the following information: (1) Business name, address and whether firm business size under NAICS 236220 applies. (2) Identify the small business type (HUBZone, SDVOSB, 8(a), WOSB, etc). (3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity (as identified above), completed by the firm (or not less than 50% complete) within the past five (5) years. List actual similar construction projects completed and include project title and location, a brief description of the project to include if it was design build, dollar amount of the project, and amount of work self-performed. (4) Provide firm's single project bonding limit and aggregate bonding limit, as well as, information on the organizational and financial resources available to perform the required work. Registration at System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered at least thirty (30) days prior to award. Lack of registration in the SAM database will make an offer ineligible for award. Information on the SAM registration can be obtained via the Internet at https://www.sam.gov/portal/public/SAM/. Contracting Office Address: ATTN: CEPOA-CT P.O. Box 6898 JBER, Alaska 99506-0898 Place of Performance: Various Military Installations and other locations in Alaska Primary Point of Contact: ROBERT NORRIS Contract Specialist Email: Robert.l.norris@usace.army.mil Phone: 907-753-5592 Fax: 907-753-2544 Secondary Point of Contact: Theresa Afrank Contracting Officer Email: theresa.m.afrank@usace.army.mil Phone: 907-753-2739 Fax: 907-753-2544
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-19-SS-0005/listing.html)
 
Place of Performance
Address: Various Military Installations and other locations in Alaska, United States
 
Record
SN05023537-W 20180809/180807231040-eeb09a65a09f8bcb8e1af48fd7bcb969 (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.