Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOURCES SOUGHT

99 -- Hawaiian Islands Indefinite Delivery-Indefinite Quantity Construction Contract

Notice Date
12/20/2019 4:15:49 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA5215 766 SCONS PKP JBPHH HI 96860 USA
 
ZIP Code
96860
 
Solicitation Number
FA521520R0001
 
Response Due
1/8/2020 6:30:00 PM
 
Archive Date
01/08/2020
 
Point of Contact
Philip Johnson, Phone: 808-471-4343, Christian S. Freire
 
E-Mail Address
philip.johnson.24@us.af.mil, christian.freire@us.af.mil
(philip.johnson.24@us.af.mil, christian.freire@us.af.mil)
 
Description
The purpose of this sources sought notice is to improve the understanding of Government requirements and industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government�s requirements, and enhancing the Government�s ability to obtain quality construction, at reasonable prices, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. This notice does not constitute a Request for Proposal, or Invitation for Bid. It should not be construed as a commitment of the Government for any purposes other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the data collected as a result of this market research. Any information submitted by respondents to this sources sought is strictly voluntary. Any future solicitation, including specifications and/or drawings, will be made available on the new Government requirement announcement at https://beta.sam.gov/ under solicitation No. FA521520R0001. Interested parties are solely responsible for monitoring the aforementioned website for release of any updates, solicitation package, and all amendments. Those desiring to do business with the Government must be registered in the System for Award Management at https://www.sam.gov/SAM/ website. The 766th Specialized Contracting Squadron (SCONS) at Joint Base Pearl Harbor-Hickam is publicizing this sources sought notice to gather industry feedback with respect to a new Indefinite Delivery-Indefinite Quantity (IDIQ) construction vehicle aimed to provide streamlined means to complete minor construction projects for geographically separated military installations located throughout the Hawaiian Islands. The locations are, but not limited to: Koke�e Air Force Station, Mount Kaala Air Force Station, Bellows Air Force Station, Kaena Point Satellite Tracking Station, and Wheeler Army Air Field. The contemplated contractual vehicle type is a firm fixed-price IDIQ construction contract(s) with RSMeans construction estimating database as the commercial pricing tool. Construction work is non-complex and may consist of a single or multiple disciplines in general construction categories. Rarely, the IDIQ could also involve minimum design (up-to 35% or updating of old designs) for all aspects of general building construction including construction, modifications and renovations of existing facilities. The anticipated duration term consist of a five-year ordering period, and a six-month extension period. The overall program value is still under consideration; however, at this point, the magnitude of this vehicle is anticipated to be up to $25M over the duration of the contract. Task Orders written against the vehicle are anticipated to range between $2,000 and $500,000.00 each.� The proposed bonding and insurance capacities are estimated to be up-to $2,000,000.00 for individual Task Orders, with a $5,000,000.00 aggregate per year. The North American Industry Classification System (NAICS) code 236220, Commercial and Institutional Building Construction, applies to this request. The size standard for this NAICS code is $36.5M. Historically, 766 SCONS has acquired the preponderance of the minor construction support as stand-alone firm-fixed-price contracts awarded directly to the Small Business Administration, under the 8(a) Program. There has been approximately 1-10 projects completed annually. �At the time of calculation, there had been eighteen contracts awarded for less than $250,000.00 and six contracts over $250,000.00. The completion schedule has typically been within 60 days from the issuance of notice to proceed. As part of the market research effort and to further discuss the needs of the Government, the Contracting Officer is anticipating to host an Industry Day at Joint Base Pearl Harbor-Hickam in early 2020. Details regarding the event will be communicated to industry as the information is coordinated and approved. No travel arrangements should be made until the company has been registered, and the date/time announced and confirmed by a Government official.� Industry Day details will be announced at https://beta.sam.gov/ website. � If your firm would like to respond to this sources sought, please read the attachments provided. Then complete the Industry Questionnaire (Attachment 2) and return it to philip.johnson.24@us.af.mil and christian.freire@us.af.mil no later than 4:30 PM (Hawaii Standard Time), on 16 December, 2019. We appreciate your interest and thank you in advance for responding to this request. LIST OF ATTACHMENTS: Attachment 1: Draft Performance Work Statement Attachment 2. Industry Questionnaire
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/96cd00b06dc7497fa6221c20b2538461/view)
 
Place of Performance
Address: HI, USA
Country: USA
 
Record
SN05522901-F 20191222/191220230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.