Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
SOURCES SOUGHT

Y -- Joint Base San Antonio & Corpus Christi Army Depot Job Order Contract (JOC) Sources Sought

Notice Date
11/17/2023 12:31:42 PM
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G24R0YMA
 
Response Due
12/1/2023 12:00:00 PM
 
Archive Date
12/16/2023
 
Point of Contact
Patricia Dickson, Phone: 8178861095, Robert Buchanan, Phone: 8178861047
 
E-Mail Address
patricia.l.dickson@usace.army.mil, Robert.E.Buchanan@usace.army.mil
(patricia.l.dickson@usace.army.mil, Robert.E.Buchanan@usace.army.mil)
 
Description
This is a SOURCES SOUGHT SYNOPSIS for market research purposes for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the market research. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for a Joint Base San Antonio (JBSA) and Corpus Christi Army Depot (CCAD) Job Order Contract (JOC). The JBSA & CCAD JOC will be an indefinite-delivery, indefinite-quantity (IDIQ) contract to fulfill repair, maintenance, and minor construction requirements on a variety of projects ranging from sustainment, restoration, and modernization, simplified acquisition of base repair requirements, small renovations, real property repair and maintenance with an estimated value more than the micro-purchase threshold for acquisitions of construction. This JOC will include a comprehensive collection of detailed repair, maintenance, and minor construction task descriptions or specifications, units of measure, and pre-established unit prices for discrete tasks. Each JOC order is comprised of several pre-described and pre-priced tasks. The customer is 502nd Civil Engineer Group at JBSA, located in south central Texas as well as the Army�component at CCAD in south Texas, near Corpus Christi. IDIQ/JOC: It is anticipated the proposed procurement will be a competitive Request for Proposal (RFP) resulting in one firm receiving one Firm Fixed Priced (FFP) IDIQ/JOC Contract. The performance period anticipated is one base year and two one-year options, not to exceed three years, with a combined capacity Not to Exceed (NTE) $45 Million. The estimated minimum size of a task order is $2,500.00. The estimated maximum size of a task order is $1,000,000.00 with the average size task order being $400,000.00. Firms must have ability to perform up to ten task orders simultaneously. The successful contractor will be selected using Best Value Trade-off (BVTO) procedures in accordance with FAR 15.101-1 and will include evaluation criteria based on an integrated assessment of capability, past performance, technical and management proposals, and applicable coefficients. The type of set-aside decision to be issued will depend upon the capabilities received from the responses to this sources sought synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), etc. The Government must ensure there is adequate competition among responsible contractors, such as Small Business, Section 8(a), HUBZone, SDVOSB businesses. The Government is seeking qualified, experienced sources capable of performing the potential orders associated with this JOC. The applicable North American Industry Classification System (NAICS) is 238990 - All Other Specialty Trade Contractors, which corresponds to the SIC code of 1542. The Small Business Size Standard is $19 million. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government to the prime�s subcontractors that are not similarly situated. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. Prior Government contract work is not required for submitting a response under this synopsis. Anticipated solicitation issuance date is on or about January 25, 2024, and the estimated proposal due date will be on or about March 4, 2024. The official solicitation will be issued on System for Award Management (www.sam.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/ and https://piee.eb.mil/. To download the solicitations and amendments in PIEE, there are 10 general steps a vendor must follow. A complete list can be viewed at the following site: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5 For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. It is the Offerors responsibility to monitor the https://sam.gov/ and PIEE at https://piee.eb.mil web sites for amendments to the solicitation. You must be registered with the System Award for Management (SAM) and PIEE, to receive a Government contract award. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. Firms responding to this Sources Sought shall answers the 6 questions below. If answer is Not Applicable, type in the letters NA. 1. Firm's name, address, point of contact, phone number, E-MAIL address, UEI Number, and Cage Code. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, etc. 4. Firm's Joint Ventures (existing), including Mentor-Prot�g�s and teaming arrangement information if applicable. 5. Firm's Bonding Capability. Seeking qualified contractors capable of providing a $15 million annual bonding capability and a $45 million aggregate bonding capability for potential orders with this JOC. 6. Company's capability to perform a contract of this magnitude and complexity by providing a brief description of at least� projects including customer names and phone numbers, timeliness of performance, and dollar values of the projects. This announcement and all information will be issued via the Government Point of Entry, Procurement Integrated Enterprise Environment (PIEE) and Offerors must be active in System for Award Management (SAM) to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that include FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance � per FAR 52.204-26. Proposals cannot be submitted via PIEE (or accepted by alternate means) until the SAM registration is complete. NIST GUIDANCE: Please NOTE this solicitation will require offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to award of this solicitation. SPRS is the Department of Defense, single, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1)), DFARS 204.7304(e), DFARS 252.204-7020) and (DoDI 5000.79). This requirement became effective 23 March 2023. Interested Firm's shall respond to this Synopsis no later than 2:00 P.M.(Central Time), December 1, 2023. Email your response to Contract Specialist, Patricia Dickson and Project Manager, Rob Buchanan at EMAIL addresses: Patricia.L.Dickson@usace.army.mil and Robert.E.Buchanan@usace.army.mil. EMAIL is the ONLY METHOD to submit your answers to this source sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d70c895a640a47d98fe416b083158453/view)
 
Place of Performance
Address: San Antonio, TX, USA
Country: USA
 
Record
SN06889256-F 20231119/231117230054 (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.