Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
SOURCES SOUGHT

Y -- West Point DPW MAIDIQ - Statement of Work (SOW)

Notice Date
12/19/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
W911SD-18-R-0002
 
Point of Contact
Oscar M. Clark, Phone: 7575017937, Regina Flowers, Phone: (757) 501-8231
 
E-Mail Address
oscar.m.clark.civ@mail.mil, regina.d.flowers.civ@mail.mil
(oscar.m.clark.civ@mail.mil, regina.d.flowers.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Statement of Work (SOW) This is a Sources Sought announcement only and is not a solicitation for proposals. The purpose of this announcement is to gain knowledge of potential qualified small business firms. Responses to this Source Sought will be used by the government in making appropriate acquisition decisions. The Mission and Installation Contracting Command (MICC) - Fort Eustis intends to procure contract construction services for the West Point Directorate of Public Works (DPW), New York. This Multiple Award Indefinite Delivery/Indefinite Quantity (MAIDIQ) contract will be used for a broad range of maintenance, repair, and alteration projects. Inclusive are maintenance, repair, remodeling, renovation and minor new construction that may include incidental design services. Design-Bid-Build is the most traditional process in the U.S. construction industry, where the owner contracts separately with a designer and a contractor. Design/build is when an owner typically hires a single entity, the design/builder, to perform both design and construction under a single contract. The Government is seeking a company to provide Design/build for this requirement, but however, Design-Bid-Build may be used with drawings and specifications created under a separate Architect/Engineer contract. Those drawings and specifications will be used as the bid documents in the construction contract. The Contractor shall provide all parts, labor, plant, equipment, material, supplies, supervision, management, transportation, and all other requirements to perform all projects. Covering a broad range of maintenance, repair, and new and minor construction work, as well as design-build projects on real property to support the Directorate of Public Works (DPW) at West Point Military Academy, New York utilizing an MAIDIQ. Task Orders (TOs) shall vary in size ranging from $2K to approximately $5M. The ceiling amount for this requirement is $100M, and the guaranteed minimum is $2,000 for the base period only. West Point DPW requires various support services as shown in "Attachment 1 - SOW" for the follow on contracts to the current Multiple Award, Task Order contracts at West Point NY. The magnitude of all Task orders for the current contracts are more than 10,000,000. Specifically, MICC intends to gain market knowledge of potential 8(a) small business sources relative to a requirement that, at this time, will be under the following NAICS Code: 236220 -- Commercial and Institutional Building Construction Small Business Size Standard: Not to exceed $36,500,000.00 gross annual receipts NOTE: If, after reviewing the draft Statement of Work (SOW), your firm believes another NAICS code is more appropriate, provide the rationale and justification. After review of the responses to this Sources Sought announcement a synopsis and/or solicitation announcement may be published at a later time. Please provide a capability statement addressing your organization's ability to perform as a prime contractor for the functional areas and advise the government of areas that your company would subcontract or partner. All work shall be performed on real property located in facilities assigned to New York U.S. Military Academy West Point, NY and at Stewart Army Sub Post, New Windsor, NY. Capability statements in response to this notice shall include the following information and shall not exceed fifteen (15) pages: a) Company name, address, CAGE code, and points of contact with telephone numbers and email addresses. b) Business size/classification in regard to NAICS 236220, to include socioeconomic designation of 8(a) companies. c) Number of Employees. d) Average revenue for the last three (3) years. e) Resources to include your company's growth capabilities and amount of established line of credit. f) Description of firm's capability to provide the specified support and support services including communication of technical expertise. Capabilities must be presented in sufficient detail in order for the Government to determine if the company possesses the necessary functional area expertise and experience to provide nonpersonal services for the nine functional areas mentioned in this notice. g) Past performance/experience on contracts of similar scope (relevancy) that are within the last three (3) years (recency) of the issue date of this announcement. Past experience should include project title, location, general description of the services provided, the company's role, the dollar value, and name of the company/agency/Government entity for which the work was performed. h) We are currently anticipating multiple awards of Indirect Quantity/Indirect Delivery contracts with Firm Fixed Price Task Orders for this action. Following contract award, what transition period do you feel would be adequate to start processing task orders? i) We are anticipating providing a Sample Task Order for pricing the action with the solicitation. Does this strategy sound adequate to provide a firm fixed-price effort? j) We are anticipating issuing Requests for Task Order Proposals using a SOW. What risks do you foresee with this approach and how would you mitigate those risks? It is imperative that businesses responding to this sources sought announcement articulate their capabilities clearly and adequately regarding each functional area listed. Industry input is also requested on the DRAFT SOW that is attached. Questions and/or feedback related to the SOW MUST be submitted as a separate document. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210- 466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Responses will only be accepted via e-mail. Telephonic responses will not be honored. Please send your responses to MICC - Fort Eustis by 11:00 am EDT, Monday, January 15, 2018. Submissions may be sent to Oscar Clark at oscar.m.clark.civ@mail.mil.This is NOT a Request for Proposal. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE. All interested parties shall respond to that solicitation announcement separately from this sources sought announcement. No award will result from this sources sought announcement. No reimbursements will be made for any costs associated with providing information in response to this announcement. This notice does not constitute any commitment by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a6e4e4948e43eba45ffa236b74f0b3d1)
 
Place of Performance
Address: WEST POINT, West Point, New York, 10996, United States
Zip Code: 10996
 
Record
SN04771086-W 20171221/171219231325-a6e4e4948e43eba45ffa236b74f0b3d1 (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.