Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2020 SAM #6799
SOURCES SOUGHT

Z -- Job Order Contract - Yuma Proving Gounds

Notice Date
7/9/2020 9:49:31 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W6QM MICC-FDO FT HOOD FORT HOOD TX 76544-5025 USA
 
ZIP Code
76544-5025
 
Solicitation Number
YPG-JOC2020
 
Response Due
7/24/2020 11:00:00 AM
 
Archive Date
08/08/2020
 
Point of Contact
Mr. Bruce Hayes, Phone: 2542875088, Fax: 2542875704, Jermain M. Compton, Phone: 2542870435, Fax: 2542875704
 
E-Mail Address
bruce.e.hayes.civ@mail.mil, jermain.m.compton.civ@mail.mil
(bruce.e.hayes.civ@mail.mil, jermain.m.compton.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The United States Army Mission and Installation Contracting Command (MICC) located at Fort Hood (FH), Texas, is conducting an industry survey to locate interested sources with the ability to provide a broad range of small project construction, repair, maintenance, and bid-build on real property under a Firm-Fixed-Price (FFP), single award, Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) at the U.S. Army Yuma Proving Grounds, Arizona. This Request for Information (RFI) Notice is for market research and for consideration in acquisition planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the MICC-FH. The purpose of this notice is to identify potential sources that may be interested in and capable of performing the work described herein. MICC-FH will not respond to questions received from industry at this time. Responses to this RFI are not considered offers and will not be accepted by the Government to form a binding contract, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the MICC-FH review of the information received. Respondents should not submit any proprietary information when responding to this RFI. The Government will not return any information submitted in response to this RFI. Respondents must submit capability statements that clearly define the firm's ability to perform the work stated in this RFI. Interested sources shall provide all feedback via email to the Point of Contact (POC) listed below no later than 13 00 (1:00) PM Central Daylight Time (CDT), on 24 July 2020. THIS RFI IS NOT A REQUEST FOR PROPOSAL. The North American Industry Classification System (NAICS) code contemplated for this requirement is 236220 �Commercial and Institutional Building Construction�, size standard of $39.5 million. Additionally, The Product Service Code (PSC) is Z2JZ �Repair or Alteration of Miscellaneous Buildings�. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements. In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed requirement. The capability statements shall not exceed three (3) pages and must include the following: 1. Company Name; Company Address; DUNS; CAGE code; and POC name, phone number, and e-mail address 2. Identify all socio-economic categories that apply to your company (i.e. small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business) 3. Familiarity and knowledge of the requirement 4. Is your company successfully performing same or similar contracts? Provide examples regarding how successful performance is/was accomplished. (Examples or indicators of successful performance as measured by the percentage (%) of fee given; favorable past performance ratings; the absence of Contract Discrepancy Reports (CDRs); no deductions to contract price for defective services; no Cure/Show Cause Notices; or all Option Periods exercised. 5. Identify if subcontracting opportunities exist for the contemplated services. If applicable, what specific portions and percentages of the tasks would you elect to subcontract? What percentage of the total contract effort does your organization normally subcontract? 6.� Your companies provide your bonding capability.� In accordance with AFARS 5117-9004.2 (g), JOC solicitations and contracts must clearly notify offerors of initial and continuing bonding requirements. Bonding must be sufficient to cover the stated estimated annual maximum contract value. In this case, the anticipated estimated annual maximum contract value is $15 Million. There are no exceptions to this requirement. NOTE: It should be noted that it is anticipated that the Prime Contractor will self-perform 20% of the contract in-house
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4408fcfee92845569cb9563f533dd289/view)
 
Place of Performance
Address: Yuma Proving Ground, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN05716890-F 20200711/200709230145 (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.