Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOURCES SOUGHT

Z -- Job Order Contract for Construction Services

Notice Date
11/9/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP470211R0002
 
Archive Date
12/4/2010
 
Point of Contact
Barbara Ann Bocsy, Phone: 6146923650, Dorinda N. Conner, Phone: 6146927512
 
E-Mail Address
barbara.bocsy@dla.mil, Dorinda.Conner@dla.mil
(barbara.bocsy@dla.mil, Dorinda.Conner@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Logistics Agency Contracting Services Office - Columbus located at the Defense Supply Center Columbus (DSCC) in Columbus OH is issuing a Sources Sought Announcement for an Indefinite Delivery/Indefinite Quantity single award Job Order Contract for general construction requirements to be performed at DSCC. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. This sources sought request may be used for planning purposes and should not be construed as a Request for Quote or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. The Government will not pay for any material provided in response to this sources sought announcement nor return the data provided. The Government will only utilize the information you provide in developing its acquisition approach for future requirements. Firms responding to this sources sought announcement who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this announcement. The purpose of this source sought synopsis is to determine interest and capability of potential Small Business Administration (SBA) certified sources and to determine the interest, availability and capability of 8(a), HUBZone, and Service-Disabled Veteran Owned Business concerns relative to the North American Industry Classification Code (NAICS) 236220. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the referenced project, the Government will use responses to this sources sought synopsis. This sources sought announcement is restricted to contractors located in the State of Ohio only. If at least two qualified 8(a) certified small business concerns are determined by the Government to be capable of performing under this requirement based on evaluation of the capability packages the requirement will be solicited as a 100% set aside for qualified 8(a) small business concerns in accordance with FAR Part 19. In the event that at least two qualified 8(a) certified small business concerns can not be determined capable of performing under this requirement it will be solicited as a 100% set aside for certified HUBZone business concerns. If at least two qualified HUBZone certified small business concerns can not be determined capable of performing under this requirement it will be solicited as a 100% set aside for Service -Disabled veteran Owned business concerns. If it is determined that the requirement can not be set aside 100% for 8(a), HUBZone or Service-Disabled Veteran Owned Business concerns the requirement will be solicited under full and open competition procedures. If the decision is to set the requirement aside for HUBZone Small Business, the contractor shall be required to perform in accordance with 13 Code of Federal Regulation (CFR), SUBPART 128.700. A qualified HUBZone Small Business receiving a HUBZone contract for general construction must perform at least 50% of the contract either itself or through subcontracts with other qualified HUBZone Small Business Concerns. If the decision is to set the requirement aside for Service-Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance with Federal Acquisition Regulation (FAR) 52.219-14 Limitation of Subcontracting which states the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. PROJECT INFORMATION: The Request for Proposals will solicit for a single award IDIQ Job Order Contract for general construction to be performed at the Defense Supply Center Columbus located in Columbus, OH. The government anticipates soliciting for a one-year base performance period with four additional one year option periods. The total value, if a contract is awarded, shall not exceed $30,000,000.00. The contractor must be able to obtain construction performance and payment bonding in the range of $3 to $6 million dollars per year. Projects awarded against the contract could include new construction, rehabilitation, renovation and repair of buildings, building additions, pre-engineered buildings and other structures. Building renovations to include floors, ceilings, walls, windows, doors, painting, carpentry, plumbing electrical & mechanical upgrades, furniture incidental to construction (e.g. workstations), interior and/or exterior painting of new and existing facilities and work incidental to surface deterioration (e.g. patching drywall, replacing siding, trim work, roofing, etc). Work could include Anti-Terrorism Force Protection of new and existing facilities, rehabilitation and repairs of roads and parking lots, concrete structures and sidewalks, and storm, water and sanitary underground utilities. Contractors are reminded that should this acquisition become an 8(a), HUBZone, or SDVOB set aside FAR 52,219-18, Notice of Total 8(a) set aside, FAR 52.219-3 Notice of Total HUBZone set aside or FAR 52.219-27 Notice of total Service Disabled Veteran owned small business set aside will apply. Contractor personnel will not require a secret clearance. The contract will be required by law to pay prevailing Davis Bacon Act wage rates for all construction work awarded under the contract. The DLA Contracting Services Office - Columbus requests demonstration of capability by interested parties through submittal of a brief capabilities statement. Please reference solicitation SP470211R0002 in all correspondence pertaining to this project. All capability statements shall: Not exceed and will be restricted to no more than ten (10) pages. Shall be electronically submitted to the email address or fax number provided below. Shall include : Your company name, point of contact, address, point of contact, phone number, DUNS number, CAGE code, e-mail address and business size under the NAICS code of 238220 A positive statement of your intent to submit an offer for this solicitation A statement identifying your certified small business designation. Please indicate whether or not your firm anticipates proposing as a Joint Venture. Number of years of experience performing similar type and scope of work Past performance information providing evidence of experience as a prime contractor in work similar in type and scope to include contract number, length of contract, project titles, dollar amounts, points of contact and telephone numbers. Include work which you have performed in the last three (3) years. Identification of certificates and licenses that your skilled workforce possesses to perform these services. Statement of bonding capacity expressed as maximum amount per contract and aggregate amount of bonding. The DLA Contracting Services Office - Columbus intends to consider all comments and the responsive qualification packages when developing a final acquisition strategy and resulting solicitation. The synopsis, solicitation, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted at http://fbo.gov. All interested parties should check this site frequently. Please submit all capability statements by 4:00 PM EST on 19 November 2010 by email to barbara.bocsy@dla.mil or by fax to (614) 692-6256.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP470211R0002/listing.html)
 
Place of Performance
Address: Defense Supply Center Columbus, 3990 East Broad Street, Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN02324867-W 20101111/101109234149-249c9f2bfe84425eef6be72b1720edd3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.