Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2019 FBO #6368
SOURCES SOUGHT

Z -- FLETC Construction IDIQ, Artesia, NM

Notice Date
4/29/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
2000 Bainbridge Avenue, B-1 Charleston SC 29405
 
ZIP Code
29405
 
Solicitation Number
70LART19RPFB00001
 
Response Due
5/14/2019
 
Point of Contact
Useba F. Ford, Contracting Officer, Phone 8437452761
 
E-Mail Address
useba.f.ford@fletc.dhs.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY; THIS IS NOT A REQUEST FOR PROPOSALS. This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: FLETC Construction IDIQ, Artesia, NM Solicitation Number: 70LART19RPFB00001 The Federal Law Enforcement Training Center (FLETC) located at Artesia, New Mexico is conducting research to determine the existence of potential business sources to provide construction services. The Government contemplates soliciting for the award of ONE Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The Government is currently seeking capabilities from all categories of small businesses for the purpose of determining whether the acquisition should be set aside for a specific Set Aside. Typical task orders (TOs) will consist of a broad range of new construction, additions, alterations, maintenance, and repairs of institutional building and related structures work on real property at the location listed above. Individual, firm-fixed price TOs will be issued using the R.S. MEANS Estimating System along with a pre-negotiated coefficient. Significant sub-contracting opportunities can be expected in a variety of trades to include, but not limited to: architectural, mechanical, electrical, plumbing, civil, structural, roofing, demolition, environmental support, carpentry, roadwork, painting and masonry. The anticipated performance period of this contract shall consist of one base year, plus four individual option years, for a total of five years. An additional six-month option period may be exercised in accordance with FAR 52.217-8, Option to Extend Services. The total program value of the acquisition is anticipated to between $50,000 minimum and Not-to-Exceed $27,500,000 over the five-year period (base year plus four (4) option years) and the six-month extension. The NAICS for this acquisition is 236220, Commercial and Institutional Building Construction, with a size standard of $36.5M. Bid, payment, and performance bonds are required. Construction Wage Rate Requirements (formerly Davis Bacon) apply. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. All interested Prime Contractors who intend to submit a bid for this solicitation are highly encouraged to submit an electronic copy of the firm's capability statement to the Primary Point of Contact (POC) listed below, via email ONLY, by 3:00 pm Eastern Time on May 14, 2019. The statement should describe any teaming arrangements and reflect relevant past performance history (3-5 years of project management and experience with R. S. Means Estimating Systems). Firms should describe relevant Government or commercial contract experience, i.e., cite Government or commercial sources. The purpose of this sources sought is to determine if any small business commercial and institutional building general contractors, commercial and institutional building contractors, commercial and institutional building design-build firms, and commercial and institutional building project construction management firms possess the necessary capabilities to perform the requirements identified. The contractors must be able to provide a bonding capability for the task order value for a single project at or above the simplified acquisition threshold (currently equal to $150,000.00) and an aggregate bonding capability of $5M. The contractor must be able to manage and perform multiple projects simultaneously. The contractors shall be able to manage and perform projects with a broad range of technical complexity and specialty trades (including but not limited to site work, paving, utilities, structures, mechanical, electrical and plumbing systems, finishes, furnishings/outfitting, carpentry). Experience performing contracts for minor modifications or services (e.g., less than $50,000) on a recurring and/or pre-priced task order basis are not considered relevant for purposes of this requirement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DHS/FLETC/CHS/70LART19RPFB00001/listing.html)
 
Place of Performance
Address: Federal Law Enforcement Training Center 1300 W. Richey Ave. Artesia, NM
Zip Code: 88210
Country: US
 
Record
SN05295423-F 20190501/190429230014 (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.