FY18 General Construction Services BPA

expired opportunity(Expired)
From: Federal Government(Federal)
W911S2-18-U-0001

Basic Details

started - 22 Sep, 2020 (about 3 years ago)

Start Date

22 Sep, 2020 (about 3 years ago)
due - 30 Apr, 2023 (12 months ago)

Due Date

30 Apr, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
W911S2-18-U-0001

Identifier

W911S2-18-U-0001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708022)DEPT OF THE ARMY (132963)AMC (72563)ACC (74936)MISSION & INSTALLATION CONTRACTING COMMAND (25813)419TH CSB (14425)W6QM MICC-FT DRUM (11693)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

Agency/Office: MICC Fort DrumLocation: MICC – Fort Drum, NYTitle: General Construction Services BPADescription: This sources sought notice is issued solely for information and planning purposes only. This is not a Request for Quotes (RFQ), Invitation for Bids (IFB), or Request for Proposals (RFP), nor a promise to issue a future RFQ, IFB, or RFP. It does not constitute a solicitation and shall not be construed as a commitment by the Government to contract for any supply or service. The U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. 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. Responses will not be returned to the
responder. Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any is 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 information pertaining to this requirement.Mission and Installation Contracting Command (MICC) Fort Drum, NY is issuing this sources sought synopsis as a means of conducting market research to identify multiple Small Businesses with the interest and resources to enter into a Blanket Purchase Agreement (BPA) for General Construction Services under North American Industry Classification System (NAICS) Code 236220 Commercial and Institutional Building Construction. The small business size standard for this industry is $39.5 million in average annual revenue. The Product Service Code is Y1QA. MICC Fort Drum anticipates procuring construction projects valued between $2,000 and $250,000 on a competitive basis through the BPA Suite for General Construction Services.Construction projects under the BPA Suite would include but not be limited to the following: Provide all necessary resources, management, personnel, materials, supervision, transportation, supplies, and all equipment, except Government Furnished Property (GFP) to facilitate all phases of work in connection with various general construction projects on Fort Drum, NY. This would include new work, additions, alterations and maintenance and repair of real property facilities and structures. Insurance is required for these types of projects; and information on required insurance amounts will be included in the Statement of Work.BPAs under this BPA Suite will have a ceiling of $7.0 million. Contractors under this BPA Suite must be capable of obtaining the payment bonds required for construction projects valued between $35,000 and $250,000. Contractors unable to meet this bonding requirement will not be considered for inclusion in this BPA Suite. Due to the possibility of emergency work orders, BPA contractors must also have the resources necessary to respond to emergency work within 90 minutes. BPA contractors shall comply with FAR 52.222-6 Construction Wage Rate Requirements (formerly Davis-Bacon Act). Each project will be competitively procured, and the Government will incorporate the most current Davis Bacon wage determination in effect at time of award. Davis Bacon wage determinations are located at http://beta.sam.gov/.When establishing these BPAs, the Government will consider price; socio-economic status; past performance, where past performance exists; and technical capabilities. BPAs will be evaluated annually, and may remain in place for up to five (5) years. Annual review of BPAs will be performed to determine whether the Government is receiving fair and reasonable pricing, which may result in either continuing the BPA or early termination. Early termination may result if the Government no longer has a requirement for the general construction services provided by the Contractor.The Contractor must be registered in Procurement Integrated Enterprise Environment (PIEE) for contract payment. To register and access PIEE, go to https://piee.eb.mil/. As prescribed in FAR 52.204-7, interested parties must be registered with the System for Award Management (SAM) under NAICS Code 236220. Representations and Certifications must also be on record. SAM registration is free, and done through the website at https://www.sam.gov.IAW FAR 13.003(b) this procurement will be 100% set aside for small business concerns.Small Businesses in all socioeconomic categories are encouraged to respond to this sources sought notice. The Government will evaluate market information to ascertain potential market capacity to provide general construction services consistent in scope and scale, with those described in this notice and otherwise anticipated, and secure and apply the resources needed to successfully perform these services. Based on the responses received, multiple BPAs may be made.Instructions to Interested Parties: If your small business organization has the potential capacity to perform these general construction services, and is interested in being considered for inclusion in this BPA Suite, please respond no later than 1 pm, EST, 30 April 2023. Responses must reference “General Construction BPA” in the subject field, be in Portable Document Format (PDF), submitted electronically to Mr. Raul Gonzalez, raul.a.gonzalez3.civ@mail.mil with a courtesy copy to Mr A. Milan Sanchez, alfred.a.sanchez.civ@mail.mil, and include the following: 1) DUNS Number; 2) CAGE Code; 3) Tax ID Number; 4) POC’s name, physical address, email address, and telephone number; 5) website address; 6) small business size, socioeconomic categories, and type of ownership for the organization; and 7) letter from surety confirming your organization’s bonding capability.The basis for award for BPA Calls will be Price.Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Post Wide Fort Drum, NY  Fort Drum ,
 NY  13602  USALocation

Place Of Performance : Post Wide Fort Drum, NY

Country : United States

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1QACONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)