SOURCES SOUGHT
Z -- DPW Minor Construction MATOC
- Notice Date
- 8/10/2021 12:21:27 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W6QM MICC FDO FT BRAGG FORT BRAGG NC 28310-5000 USA
- ZIP Code
- 28310-5000
- Solicitation Number
- W911247-21-R-0075
- Response Due
- 8/13/2021 11:00:00 AM
- Archive Date
- 08/28/2021
- Point of Contact
- Frank Fogg, Phone: 9103961671
- E-Mail Address
-
frank.a.fogg.civ@mail.mil
(frank.a.fogg.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure Fort Bragg�s DPW � Minor Construction MATOC Program for Construction, including various NAICS Codes on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.� We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Government wide Point of Entry (beta.sam.gov).� It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS codes are: NAICS Code 236220 (General Construction) � Addition, alteration and renovation, general contractors, commercial and institutional building The contractor must have the capability to perform work also under the below sub categories: �(All other specialty Trade Contractors.) (Electric Construction) - Electrical Contractors and Other Wiring Installation Contractors (Plumbing /HVAC Construction) � Plumbing, Heating, and Air-Conditioning Contractors (Remediation Construction) � Remediation Construction A continuing need is anticipated for Fort Bragg�s DPW � Minor Construction MATOC for Construction, including various NAICS Codes, The projects which are currently being fulfilled under the current Blanket Purchase agreement are similar in nature and can be expected in the follow- on MATOC. This Minor Construction MATOC program will have individual Task Orders issued above the micro-purchase threshold of $2,000 for Construction but not to exceed $25,000. The estimated magnitude of work is as follows: Estimated number of task orders per year is 100 Total estimated number of task orders for the five year ordering period is 500 Total estimated value for the five year ordering period is $6 million This is NOT a Request for Quotes, but instead a market research method to determine interested sources prior to issuing the solicitation. A five-year period of performance is anticipated. The period of performance is to begin on or about 1 October 2021 and end on or about 30 September 2026. The purpose of this Sources Sought and Request for Capability Statement is to identify the availability and capability of all businesses capable and interested in performing the Construction required above, regardless of socioeconomic category. The Government has not determined the method of competing this requirement. The Government WILL NOT award a contract based on this Sources Sought Notice, the information received, nor reimburse participants for information provided in response to this inquiry. In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s), certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code; 2. Security Clearance Level: Able to access Fort Bragg 3.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination;� 4.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns; and 5.� A brief Statement of Capability (no more than five (5) pages); which demonstrates the ability to meet the requirements specified in the Statement of Work(s) (SOW), and includes any Past Performance information on Government contracts of similar size and scope. The Government does not anticipate providing individual responses to contractor inquiries; however, the Government will review and consider all comments for possible use in the development of any upcoming Solicitation for Fort Bragg�s DPW � Minor Construction MATOC Program. Any questions regarding this Sources Sought shall be in writing and sent electronically Mr. John Greene at john.c.green.civ@mail.mil� and Contracting Officer, Mr. Frank Fogg, at frank.a.fogg.civ@mail.mil. No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. No feedback will be provided regarding individual capabilities statements. Capability statements are due no later than 2:00 p.m. (EST) on August 13, 2021. An electronic copy should be emailed directly to Mr. John Greene at john.c.green.civ@mail.mil� and Contracting Officer, Mr. Frank Fogg at frank.a.fogg.civ@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/decf4f9b2ca54fbd820528a04ecdc724/view)
- Place of Performance
- Address: Fayetteville, NC 28301, USA
- Zip Code: 28301
- Country: USA
- Zip Code: 28301
- Record
- SN06092511-F 20210812/210811201715 (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 |