United States - Belvoir RLB
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 17 June 2019
- Opportunity publication date
- 07 June 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Jun 06, 2019 5:19 pm
Â
INTRODUCTION
Â
The MICC-FB is issuing this sources sought synopsis as a means of conducting market research to identify parties having interest in and the resources to support the requirement for Relocatable Building (RLB) construction services requirement.
Â
MICC-FB will host a site visit at Davison Army Airfield on Wednesday, June 12, 2019 from 10:00 - 10:30 A.M. Â This scheduled site visit will enable potential Offerors to further understand the history behind the requirement as well as tour certain areas of specific interest to the (TAAB) for the intended requirement. Attendance at the site visit is not a requirement and in no way will it have any effect on any company from submitting a response to this Sources Sought notice and/or a proposal in response to any forthcoming solicitation. To register for this site visit, please send an email to MAJ Keisha Teixeira at keisha.a.teixeira.mil@mail.mil by noon (12:00 PM EST) on June 11, 2019. The email must provide the business name, address, and attendee name(s), a point of contact phone number and email address. The subject line of the email should read DAAF RLB Site Visit". Specifics, including directions, agenda, question forms, and ground rules will be provided by email upon approved registration. Due to space limitations, no more than 2 representatives from each potential Offeror will be permitted to attend the site visit. All attendees must provide proof of U.S. Citizenship. This site visit WILL NOT be rescheduled if cancelled due to weather or any other Acts of God.
Â
BASED 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.
Â
PLACE OF PERFORMANCE
Â
Â
Location
% On-Site Government
% Off-Site Contractor
(Davison Army Airfield Fort Belvoir)
100%
100%
Â
Â
Â
Â
Â
Â
Â
DISCLAIMER
Â
"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."
Â
PROGRAM BACKGROUND
Â
The United States Army Aviation Brigade (TAAB) requires additional flight operational and administrative space because of increased forces and missions. The airfield facilities are being repaired and renovated which significantly reduced available space. The temporary facility is to provide continuity operations for flight mission planning and routine administrative functions. This is urgent and important.
REQUIRED CAPABILITIES
Â
The Contractor shall provide construction services in support of the areas specified in Program Background (above). Further detail is provided in the "draft" Statement of Work (SOW) attached to this announcement (Attachment 1).
Â
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.
Â
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; and 4) provide services under a performance based service acquisition contract.
Â
SPECIAL REQUIREMENTS: (The following list provides some aspects that may be unique to Government and Department of Defense contracts. Only include those that are absolutely necessary.)
•·        Personnel and Facility Security Clearances.
•·        Berry Amendment
•·        IT (e.g. Clinger-Cohen Act)
•·        Service Contract Act
•·        Government Furnished Property plan.
Â
ELIGIBILITY
Â
The applicable NAICS code for this requirement is 236220 with a Small Business Size Standard of $36.5M. The Product Service Code is Y1AB. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
Â
ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)
Â
A draft Statement of Work (SOW) is attached for review. (Attachment 1)
Â
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 4:30 PM, EST 17 June 2019. All responses under this Sources Sought Notice must be e-mailed to keisha.a.teixeira.mil@mail.mil.
Â
This documentation must address at a minimum the following items:
Â
1.) What type of work has your company performed in the past in support of the same or similar requirement?
Â
2.) Can or has your company managed a task of this nature? If so, please provide details.
Â
3.) Can or has your company managed a team of subcontractors before? If so, provide details.
Â
4.) What specific technical skills does your company possess which ensure capability to perform the tasks?
Â
5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.
Â
6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.
Â
7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.
Â
8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.
Â
The estimated period of performance consists of 120-days (4 Months).
Â
The contract type is anticipated to be Firm Fixed Price (FFP).
Â
The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.
Â
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.
Â
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, MAJ Keisha Teixeira, in either Microsoft Word or Portable Document Format (PDF), via email keisha.a.teixeira.mil@mail.mil.
Â
All 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.
Â
No phone calls will be accepted.
Â
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.
- Opportunity closing date
- 17 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army MICC - Fort Belvoir United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.