Fort Jackson DPW Mini-JOC

expired opportunity(Expired)
From: Federal Government(Federal)
W9124C23R0012

Basic Details

started - 21 Feb, 2023 (14 months ago)

Start Date

21 Feb, 2023 (14 months ago)
due - 01 Mar, 2023 (14 months ago)

Due Date

01 Mar, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
W9124C23R0012

Identifier

W9124C23R0012
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709039)DEPT OF THE ARMY (133115)AMC (72616)ACC (74991)MISSION & INSTALLATION CONTRACTING COMMAND (25836)418TH CSB (3745)W6QM MICC-FT JACKSON (212)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

21 Feb 23 Change the submission cutoff date below from 28 Feb 23 to 1 Mar 23 Sources Sought for W9124C23R0012Directorate of Public Works (DPW) Mini Job Order Contract (JOC)INTRODUCTIONThe Mission Installation Contracting Command (MICC) – Fort Jackson is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in, and the resources to support, the requirement for minor construction and real property maintenance and repair at Fort Jackson, South Carolina. The intention is to procure these services on a competitive basisBASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding
their submissions.PLACE OF PERFORMANCELocationFort Jackson, SC 29207DISCLAIMER“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”PROGRAM BACKGROUNDThe USAG Fort Jackson Directorate of Public Works, has a continuing need for minor construction and real property maintenance and repair. Construction, maintenance, and repair include but are not limited to the following systems and disciplines:Foundation and Site workGeneral PlumbingConcrete and masonryHeating, Ventilation, and Air ConditioningElectrical Distribution SystemDoors and WindowsNatural Gas Distribution SystemGeneral MechanicalGeneral CarpentryElectronic Safety and Security SystemsGeneral ElectricalStorm Water Collection SystemThermal/Moisture ProtectionTransportation Infrastructure SystemsDemolition and RemovalCentral Energy Plant DistributionEarthworkBridge and Dam RepairFire Suppression and AlarmsMold RemediationAsphalt PavingAsbestos/Lead Based Paint AbatementREQUIRED CAPABILITIESThe Contractor shall provide labor, materials, supplies, equipment, and management necessary to perform disciplines listed above. Further detail is provided in the draft Statement of Work attached to this announcement (Attachment 1).If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation;SPECIAL REQUIREMENTS:Davis-Bacon Act: Pursuant to Davis-Bacon and Related Acts and Reorganization Plan No. 14 of 1950, the U.S. Department of Labor is responsible for determining prevailing wages, issuing regulations and standards to be observed by federal agencies that award or fund projects subject to Davis-Bacon labor standards, and overseeing consistent enforcement of the Davis-Bacon labor standards. The Davis-Bacon and Related Acts apply to contractors and subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration, or repair (including painting and decorating) of public buildings or public works.ELIGIBILITYThe applicable NAICS code for this requirement is 236220 – Commercial and Institutional Building Construction. The Small business size standard is $39.5M. The Product Service Code is Z2QA. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT)MICC-Fort Jackson does not intend to conduct a site visit for this sources sought.ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)A draft Statement of Work (SOW)is attached for review. (Attachment 1)Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 10:00 am, EST, 1 Mar 2023. All responses under this Sources Sought Notice must be e-mailed to Richard J. Buelow II at richard.j.buelow.civ@army.mil and Jason M. Fronden at Jason.m.fronden.civ@army.milThis documentation should address at a minimum the following items:1.) Name of the firm, point of contact, phone number, email address, Unique Entity Identifier number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as HUBZone, SDVOSB, and WOSB and the corresponding NAICS code.2.) Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.3.) Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. This information shall meet the following requirements: provide a summary of the most relevant (multiple trade, multiple projects) performance history of no more than five (5) contracts, executed within the last three (3) years Include the following: customer, contract number, project title, project location(s), performance dates, yearly and total dollar amount (of your companies work as the prime or subcontractor), Contracting Officer or contract administration points of contact with telephone numbers, and in what capacity performed (e.g. prime or subcontractor)]4.) Statement identifying the firms bonding capacity.The estimated period of performance consists of one (1) base year and four (4) option years, with performance commencing in May 2023. Specifics regarding the number of option periods will be provided in the solicitation.The contract type is anticipated to be a single award, Indefinite Delivery Indefinite Quantity (IDIQ). The Level of Effort is for a base and four (4) option years.Statement of Magnitude: More than $10,000,000.Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email to Richard J. Buelow II at richard.j.buelow.civ@army.mil and Jason M. Fronden at Jason.m.fronden.civ@army.milAll data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.No phone calls will be accepted.All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

Columbia ,
 SC  29207  USALocation

Place Of Performance : N/A

Country : United StatesState : South CarolinaCity : Columbia

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z2QAREPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)