Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOLICITATION NOTICE

Y -- Fort Lee Job Order Contract (JOC)

Notice Date
5/6/2020 8:46:43 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
 
ZIP Code
23604-5538
 
Solicitation Number
W91QF5-19-R-0008
 
Response Due
5/8/2020 11:00:00 AM
 
Archive Date
05/23/2020
 
Point of Contact
Devanee' Taylor, Phone: 757-501-8059, Curtis M. Arthur, Phone: 757-501-7092
 
E-Mail Address
devanee.l.taylor.civ@mail.mil, curtis.arthur.civ@mail.mil
(devanee.l.taylor.civ@mail.mil, curtis.arthur.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Mission and Installation Contracting Command - Fort Eustis (MICC � Fort Eustis) is issuing a Request for Proposal (RFP) for the Fort Lee Job Order Contract (JOC) that will be located primarily at Fort Lee, VA. The Government anticipates awarding a Firm-Fixed-Price (FFP) Single Award Indefinite Delivery, Indefinite Quantity contract with a twelve (12) month base ordering period and four one-year optional ordering periods. All work is to be performed in accordance with the Statement of Work. The designated North American Industrial Classification System (NAICS) code for this acquisition is 236220 � Commercial and Institutional Building Construction and the small business size standard is $36.5M. It is required that all contractors doing business with the Government be registered with the System for Award Management at website: http://www.sam.gov. Description of the Requirement: The Government requires a Job Order Contract (JOC) vehicle to support the Directorate of Public Works (DPW) at Fort Lee, Virginia. An �Analysis of Appropriateness� was conducted and approved by the Garrison Commander that the JOC contract at Ft. Lee is very necessary to accomplish tasks at their installation.� The JOC is being considered because Fort Lee�s projected sustainment, restoration, and modernization (SRM) workload is anticipated to be of such a yearly volume that benefits to be derived from JOC use would greatly reduce the amount of estimating and bidding activities needed to precede the work, allows for a quicker delivery, and helps foster long-term relationships between the client and the general contractor which are based on the quality delivery of construction and services. This JOC contract may have projects that include the management, planning, and execution of a broad variety of sustainment, maintenance repair and minor construction work for government facilities consisting of, but not limited to, office buildings, medical facilities, classrooms, shops, storage areas, barracks, dining facilities, HVAC systems, storm drainage systems, civil works, electrical systems, parking lots, road ways, bridges and culverts, fire stations, security stations, renovation/repair projects, utility buildings, utility systems, and site improvements, on an as needed basis. AFARS 5117.9002 (b) states that the following services may not be acquired using the JOC: installation facilities engineering such services, such as utility plan operation, custodial, grounds maintenance, refuse collection and disposal, and similar work; and architect-engineer services as defined in FAR 36.102. However, informal (shop) drawings, incidental to the job, reflecting the plan of action and the completed project, are anticipated under JOC. All questions/comments regarding this requirement are due by the response date of 20 April 2020 at 10:00 AM EST.� All questions/comments should be directed to Devanee� Taylor, Contract Specialist at devanee.l.taylor.civ@mail.mil and �CC� Mr. Curtis M. Arthur II, Contracting Officer, at curtis.arthur.civ@mail.mil.� No calls will be taken regarding this solicitation. _____________________________________________________________________ Amendment 1 to the solicitation is being issued to cancel the site visit and conduct a teleconference meeting. Please see the attached Amendment 1 and conformed copy of the solicitation. Please Note: Potential offerors will no longer�need to fill out Attachment 5. ___________________________________________________________________________________ Amendment�2 to the solicitation is being issued to provide the Teleconference PowerPoint slides and�Teleconference�phone number�. Please see the attached Amendment�2 and conformed copy of the solicitation. ___________________________________________________________________________________ Amendment 3 to the solicitation is being issued to provide the Solicitation Questions and Answers, FY19 Historical Workload list, and a revised Attachment 4 - Price Schedule. Please see highlighted Section L for revised instructions to submit your proposal. The proposal due date has been extended to May 8, 2020 at 2:00PM EST. ____________________________________________________________________________________ Amendment 4 to the soliciation is being issued to provide Solicitation Clarification Questions and Answers (Q&A) and incorporate FAR Clause 52.228-1, Bid Guarantee into the solicitation by Full Text. The proposal due date�is still due on May 8, 2020 at 2:00PM EST. ____________________________________________________________________________________ FYI: Our contract writing system threw off the numbering on Amendment 4 that was posted on 5 May 2020. Please acknowledge this Amendment on the SF1442 as ""0005 | 05/05/2020"".
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/df7f7aaed3bf481d94144778dc9210ba/view)
 
Place of Performance
Address: Fort Lee, VA, USA
Country: USA
 
Record
SN05647986-F 20200508/200506230201 (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.