SPECIAL NOTICE
Z -- Defense Commissary Agency, Job Order Contract, Request for Information
- Notice Date
- 6/24/2022 11:57:07 AM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- DEFENSE COMMISSARY AGENCY LACKLAND AFB TX 78236 USA
- ZIP Code
- 78236
- Solicitation Number
- RFI-HQC00322R0002
- Response Due
- 7/8/2022 3:00:00 PM
- Point of Contact
- Danielle Carrico, Fortunato N. Sapida, Jr.
- E-Mail Address
-
danielle.carrico@deca.mil, fortunato.sapida@deca.mil
(danielle.carrico@deca.mil, fortunato.sapida@deca.mil)
- Description
- This is a Request for Information (RFI) notice for a Job Order Contract (JOC), Indefinite Delivery Indefinite Quantity Contract to address minor construction/alteration, roof repair/replacement and natural disaster recovery assessment/repair projects for 184 DeCA Commissary locations throughout the Contiguous United States (CONUS), Alaska, Hawaii, Puerto Rico, and Guam. The Government contemplates a single Firm-Fixed Price contract with a 1-year basic period plus four (4) 1-year options. �The maximum limit of the contract is $100,000,000 for the entire life of the contract and up to $2,000,000 per individual task order. However, the contractor is reminded that the Government will not be committed to place task order(s) up to the maximum limit of the contract during the life of the contract. In order to meet the minimum performance requirements of the JOC, the potential contractor shall possess the following capabilities: (1) a minimum bonding capacity of $5M per contract, and $20M aggregate; (2) the capability to perform construction on DeCA facilities throughout the Contiguous United States (CONUS), Alaska, Hawaii, Guam, and Puerto Rico; (3) experience / past performance with JOCs; and (4) knowledge and experience with the following technical areas: Construction, Electrical, Mechanical, Plumbing, Design, Paving/Concrete and Roofing. Solicitation Date: TBD Respondents to this RFI shall provide a capabilities statement, or similar, demonstrating the contractor�s ability to meet minimum performance requirements of the JOC described above (1-4). Information provided must clearly demonstrate capabilities. Similar and relevant past performance projects are highly encouraged. All responses must be submitted by email to both POCs listed below. **This notice does not constitute a Request for Proposal, Request for Quote or Initiation for Bid. Responses are used for Market Research purposes. The notice does not obligate the Government to award a contract nor does it obligate the Government to pay for a preparation costs.**
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8443bb9b05514b0987fcf784e7d3b7ed/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06368267-F 20220626/220624230056 (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 |