Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOURCES SOUGHT

Y -- Market Research, Joint Base McGuire-Dix-Lakehurst, New Jersey and within the North Atlantic Division’s (NAD’s) CONUS boundaries.

Notice Date
12/21/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-17-JOCJBMDL
 
Archive Date
3/31/2017
 
Point of Contact
Michael W. Hughes, Phone: 2156566777
 
E-Mail Address
michael.w.hughes@usace.army.mil
(michael.w.hughes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description of Work: This is a Sources Sought Notice for information purposes only and will be used for planning purposes. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to gain knowledge of potential qualified Small Business firms, HUBZone, 8(a), Women Owned, or Service Disabled Veteran Owned Business contractors for the following proposed contract: Job Order Contract (JOC) The U.S. Army Corps of Engineers, Philadelphia District, anticipates projects which may include, demolition, renovation, maintenance, and repair of real property. Major work areas include, but are not limited to, electrical, plumbing, mechanical, concrete, earthwork, asbestos removal and general construction. A qualified contractor shall also be able to completely oversee new (minor) construction of facilities to include pre-engineered metal buildings, classrooms, bathroom facilities, range towers and other structures at Joint Base Maguire-Dix-Lakehurst (JBMDL), New Jersey and throughout the North Atlantic Division of the US Army Corps of Engineers. The Government anticipates awarding two (2) to three (3) contracts in the JOC pool; however, the Contracting Officer has the discretion to award more or fewer contracts than the number anticipated in the solicitation depending upon the quality of the offers received. Contract duration is approximately three (3) years; a base period of two (2) years and one (1) twelve month optional ordering period. It is anticipated the JOC pool, which will be shared amongst successful offerors, will not exceed $50 Million Dollars. The contracts awarded will be firm fixed priced indefinite delivery contracts. All work performed under the JOC contracts will be by task order. All ask orders will be firm fixed price. Performance and Payment bonds will be required for 100% of task orders awarded under the JOC. NAICS for this project is 236220 and the size standard is $33.5 million. The primary work at JBMDL is facility sustainment, restoration, and modernization (SRM). Responses are requested with the following information, which shall not exceed a total of eight (8) pages. 1. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on first page of submission. 3. Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity. 4. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Narratives shall be no longer than eight (8) pages. Responses should be sent to Michael W. Hughes (michael.w.hughes@usace.army.mil) and Gregory C. Keaton (Gregory.c.keaton@usace.army.mil) via email on or before December 23, 2016. You may also mail submittals or send by overnight courier to U.S. Army Corps of Engineers, Philadelphia District, Attention: CENAP-CT-C (Hughes), Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390. Contracting Office Address: 100 Penn Square East Wanamaker Bldg (RM 643) Philadelphia, Pennsylvania 19107-3390 United States Place of Performance: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East Philadelphia, Pennsylvania 19107 United States Primary Point of Contact.: Michael W. Hughes, Contract Specialist michael.w.hughes@usace.army.mil Phone: 2156566777
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-JOCJBMDL/listing.html)
 
Place of Performance
Address: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107, United States
Zip Code: 19107
 
Record
SN04358126-W 20161223/161221235328-32fe07f7f6886bc659e6f61c7b6c4c17 (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  © 1994-2020, Loren Data Corp.