Inactive
Notice ID:70LART19RPFB00001
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...
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. The submittal for this sources sought shall include two parts. 1. A one-page summary of company including: • Company's name, address, primary POC and telephone number • A positive statement of your intent to submit a bid as a prime contractor • Description of principal business activity • Company's business size standard (specifically identify if you are a small business, 8(a) Business Development Participant, Service-Disabled Veteran Owned Small Business (SDVOSB), Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business, or a HUB Zone Small Business) • DUNS number and cage code (for prime and major subcontractors/teaming partners) • Bonding capability at the individual project and aggregate level. • Design build partnership arrangements. 2. Supporting detailed information listing relevant work performed in the previous 5 years to include: • Customer/Agency name • Customer contact information (address, current phone number and current e-mail address) • Contract number • Contract type • Dollar value of project • Description of project (identify major features of work) • Percent and description of work self-performed • Current status of project (date completed, or projected completion date and percentage completed) The information shall identify the firm's specific capabilities that are relevant to, and reflect the magnitude of the above requirements. It is not sufficient to provide only general brochures or generic information. The information shall also include relevant past experience for each teaming partner/subcontractor. The capability information, exclusive of the one-page summary, shall NOT exceed ten (10) pages (including attachments) and shall contain a minimum font size of 12. It should be submitted electronically only (via e-mail) to the primary point of contact (POC) listed below. NO SOLICITATION EXISTS; THERFORE, DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized on Federal Business Opportunities (http://www.fbo.gov). It is the responsibility of the potential offerors to monitor this site for the release of any solicitation or synopsis. This sources sought is for informational and planning purposes ONLY and is not to be construed as a commitment by the Government nor will the Government pay for any information provided. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. The firm's estimated 8(a) graduation date should also be included in the information. Interested parties are requested to submit responses to this announcement, via email ONLY, by 3:00 pm Eastern Time on May 14, 2019. Paper copies of this announcement will not be provided. Any future solicitation information, if released, may be obtained through the above referenced website (http://www.fbo.gov) and the solicitation number. Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. Any questions relating to this announcement must be submitted in writing, via email ONLY, to the following contracting officer: Useba Ford, at useba.f.ford@fletc.dhs.gov. Contracting Office Address: 2000 Bainbridge Ave Charleston, South Carolina 29405 United States Place of Performance: Department of Homeland Security Federal Law Enforcement Training Center Artesia, New Mexico 88210 United States