Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912CN21R0002
1. THIS IS THE 15 DAY NOTICE: A Solictiation will be posted on or about 15 days from this date. 2. PROGRAM DETAILS: The Multiple Award Task Order Contract (MATOC) to acquire real property repair, main...
1. THIS IS THE 15 DAY NOTICE: A Solictiation will be posted on or about 15 days from this date. 2. PROGRAM DETAILS: The Multiple Award Task Order Contract (MATOC) to acquire real property repair, maintenance and minor construction for DPW Alaska, in the State of Alaska is intended to be a Firm-Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) 5 year contract (a one year base ordering period and 4 one year optional ordering periods). The Government would like to make a multiple award of contracts. The work will consist of multiple disciplines in construction such as maintenance, repair, and alteration of real property, as well as minor new construction of facilities supported primarily by the Army installations under the jurisdiction of the DPW Alaska and the 611th CES Air Force, in the State of Alaska. During the life of the contract, projects will be solicited as separate task orders and will be competed amongst those successful contractor(s) who receive a basic contract under the MATOC solicitation. The contractor shall furnish all equipment, tools, supervision, labor, material, quality control, and other items necessary to safely manage, and accomplish a broad range of repair, modification, and construction tasks on various real property facilities. Tasks include selection, fabrication, installation, modification, and test on various facilities and interfacing equipment. Tasks involve a variety of disciplines such as demolition, utilities, excavation, structures, electrical, mechanical, architectural, fire protection and other specialty and general construction work. 3. CAPABILITIES STATEMENT: If your organization has the potential capacity to perform these contract services, please provide the following information: a) Organization name, company address, Web site address, Point of Contact Name, email address, telephone number, and Commercial and Government Entity (CAGE) Code; b) Socio-Economic Business Status (Large Business or Type of Small Business) and size [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, Woman Owned Small Business concern, small business, large business, based on NAICS code 236220]; c) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting a summary of relevant and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; d) Summary of familiarity of construction climate for projects in the State of Alaska. e) Bonding capability on individual projects and aggregate requirements with the ability to obtain bonding and perform on several task orders concurrently; and f) Being able to perform 15% of the work with its own workforce on multiple task orders concurrently; and RESPONSE INFORMATION: Interested and qualified sources are highly encouraged to provide all information requested above. At this time, the 413th Contracting Support Brigade (CSB) Regional Contracting Office (RCO) Hawaii is only interested in responses from prime contractors with similar project experience with the ability of having bonding capability. Responses may be submitted in PDF or Microsoft Word Format. Information is limited to 5 single sided pages. Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by September 3, 2020. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Please note it is required that interested contractors be registered in System for Award Management (SAM) to be eligible for award. Please see www.SAM.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will he government pay for any information solicited or delivered. Information shall be submitted electronically in PDF or Microsoft Word. Responses shall be submitted electronically in PDF or Microsoft Word Format to Major Seth Nason at Seth.B.Nason.mil@mail.mil, Kerry Luke at Kerry.K.Luke.civ@mail.mil, Irene Saito at Irene.A.Saito.civ@mail.mil, and Roxan Boado at Roxan.C.Boado.civ@mail.mil by September 3, 2020 at 2:00 p.m. Hawaii Standard Time.