Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2023 SAM #7806
SOURCES SOUGHT

Z -- Presidio of Monterey Job Order Contract (JOC)-Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC)

Notice Date
4/10/2023 12:18:44 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123823B0017
 
Response Due
5/5/2023 4:00:00 PM
 
Archive Date
07/13/2023
 
Point of Contact
Natalia Gomez, Michelle Spence, Phone: 9165577228
 
E-Mail Address
natalia.gomez@usace.army.mil, michelle.a.spence@usace.army.mil
(natalia.gomez@usace.army.mil, michelle.a.spence@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS NOTICE ONLY. The U.S. Government desires to procure a Firm-Fixed-Price (FFP), Single Award Task order contract (SATOC), Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) at Presidio of Monterey (POM). Projects will be located on the POM, the Ord Military Community (OMC), located in nearby Seaside, CA, as well as on the US Army Signal Activity (USASA) Presidio Enclave (UPE), which is located within Camp Roberts, in San Miguel, CA. � For 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 Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 236220, Commercial and Institutional Building Construction, with a size standard of $45M.� If a different NAICS code would be better suited for this requirement, please state in your response what NAICS is better suited for this requirement and why.� The scope of this acquisition includes Sustainment, Restoration, and Modernization (SRM) as well as minor construction projects (Not to exceed $2M in value).� This includes a wide variety of repair and minor construction services, to include but not limited to: ����������� Mechanical ����������� Plumbing ����������� Structural ����������� Electrical ����������� Lighting installation or repair ����������� Heating, ventilation, and air conditioning (HVAC) ����������� Instrumentation repair incidental to construction ����������� Asbestos and lead based paint abatement ����������� Other environmental remediation incidental to the construction ����������� Anti-terrorism and force protection systems upgrades, repairs, and installation ����������� Interior or exterior painting of buildings or structures incidental to construction ����������� Temporary structures ����������� Emergency repair Work anticipated under this SATOC JOC includes, but is not limited to provide specialty trade alteration, repairs, and construction services with minimal design requirements for minor construction, facility repair, rehabilitation, and alterations for a broad range of renovation and construction work.� The JOC is intended to provide rapid response for construction, maintenance, rehabilitation, and repair of real property in a cost-effective manner.� Task orders for design only shall not be placed against the contract.� However, minimal design services related to construction may be required.� The successful offeror must be able to perform multiple task orders simultaneously.� This work will be accomplished with individual task orders against the SATOC JOC. These requirements will be achieved through the implementation of Task Orders (TOs) issued under the terms of the contract. The disclosure of the magnitude of construction projects is over $10,000,000.00 for this SATOC with a base year plus four (4) one-year option periods. NO AWARD will be made from this Sources Sought. In response to this sources sought, please provide: The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current contractor market capabilities. Please provide your response to the following.� The submission is limited to TEN (10) 8.5 x 11 pages with a minimum font size of 12. 1) Offeror's name, point of contact, phone number, address, e-mail address, CAGE Code and Unique Entity ID number. 2) A statement regarding Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns with entrance and exit dates) and the corresponding NAICS code.� 3) Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any. 4) Offeror's experience and capability to complete contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime�s self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. 5) How many simultaneous construction projects has your company done per year over the past three (3) years? 6) How many of the above projects were done as a prime contractor? How many as a subcontractor? 7) What is the average number of construction projects you have done per year over the past 3 years? 8) What is your company�s bonding capability? Single? Aggregate? 9) Does your company have the capacity to provide performance and payment bonds up to $5 million? 10) What is your average past performance rating for construction projects performed in the past 3 years? 11) What is your company�s capability/availability for using RSMeans (e4Clicks)? 12) Does your company have any seasonal or other constraints that may hamper your ability to perform this requirement year-round? 13) The Government is seeking feedback on a co-efficient for each ordering period versus a 5 year co-efficient.� Please provide rationale based on your professional opinion. The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach. This notice is for information and planning purposes only.� The respondents will not be notified of the results of any review conducted of the capability statements received. Please notify this office in writing via email by Friday, 05 May 2023 at 1600 PST. Submit response and information through email to: natalia.gomez@usace.army.mil and michelle.a.spence@usace.army.mil.� Email Subject Line format: W91238-23-B-0017 POM JOC.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a25ec41eb82453da497af7836f57a39/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN06646046-F 20230412/230410230112 (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.