The RFP Database
New business relationships start here

General construction / Mechanical constructionBlanket Purchase Agreements (BPAs) -


Kentucky, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Mission Installation Contracting Command - Fort Campbell, Kentucky intends to establish multiple Blanket Purchase Agreements (BPAs) to contractors for construction requirements. The number of BPAs to be established is estimated at ten (10); however, the Government has the right to establish more than or less than ten agreements, if determined to be more advantageous to the Government. Also, the government has the right to establish agreements for specific construction work such as general construction or mechanical construction. Construction type work to be provided under these agreements will consist of general construction and mechanical type work. The magnitude of the BPA Calls will be between $25,000 and $150,000. All calls/awards made under the agreements will be firm fixed price. Each call under the BPA will be scoped individually in accordance with individual statements of work. All work under these BPAs will be subject to the Davis Bacon Act. All applicable Contract Clauses that are current through Federal Acquisition Circular 2005-96 will be incorporated into any BPA that is established. Also, applicable wage determinations will be incorporated into established BPAs and any resulting BPA calls. The contractor shall be capable of providing all labor, equipment, supplies/materials, supervision, and quality control to perform a variety of construction requirements. Acquisition is 100% set-aside for Hubzone, Service Disabled Veteran, and Woman Owned Small Business "Small Business Concerns." If participation from these two categories is not met for any reason then remaining available awards shall be opened up to 100% total Small Business set-aside. NAICS is 236 Construction of Buildings/236220 -- Commercial and Institutional Building Construction and NAICS 238 Plumbing, Heating, and Air Conditioning/238220. BPAs will only be established with offerors that are found to be the lowest priced technically acceptable offerors. The following criteria will be used in the source selection evaluation process to determine the lowest priced technical acceptable offerors: (1) Technical. To be technically acceptable an offeror must be found acceptable for each criterion. Technical acceptability criteria are: (a) Offeror shall have sufficient bonding capacity up to at least $1,000,000.00; (b) Offeror shall have relevant construction experience. Therefore, offerors must submit the following information: construction experience which shows examples of construction projects applicable to your specialty within the past five (5) years; experience listing shall include a description of work performed, dollar value of work completed, date work was performed, and percentage of work self-performed with in-house staff. (2) Price. Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. In addition to the aforementioned information, in order to be considered, interested vendors shall submit a price for at least one of the two seed projects as attached. Awards/BPA calls of the seed projects will be made to the lowest priced offeror(s) who are found to be technical acceptable. Interested vendors will be afforded the opportunity to attend a combined scoping for each of the seed projects. The Scoping is scheduled for 20 December 2017, 08:30 a.m. at Building 6923, 38th and Desert Storm Ave, Conference Room #110 (Main Conference Room), at the entrance door located at the end of the fenced parking lot. Following the Scoping, responses will be due not later than 04 January 2018, 2:00 PM CST to the Mission Installation Contracting Command - Fort Campbell, Kentucky, Building 6923, 38th & Desert Storm Avenue, Fort Campbell, Kentucky, 42223. Pursuant to FAR Part 9.1, Responsible Prospective Contractor, offerors may be required to provide supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers; as well as a brief description of prior contracts actions, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror. Your response will be evaluated against other offers received based off of which seed project(s) you include in your response. Please do not send information via facsimile. Any responses received after this time will not be considered for an agreement. There will not be a solicitation issued for this action. For further information and/or questions contact R. Barry McCurdy at reuben.b.mccurdy.mil@mail.mil or (270) 798-2216 or Mr. Eric Boston at eric.c.boston.civ@mail.mil; 270-798-7813. All contractors must be registered with the System for Award Management (SAM) under NAICS is 236 Construction of Buildings/236220 -- Commercial and Institutional Building Construction and/or NAICS 238 Plumbing, Heating, and Air Conditioning/238220. Representations and Certifications must also be on record. The registration is done through the System for Award Management website for free at https://www.sam.gov/portal/public/SAM/ prior to the establishment of a BPA. Also, contractors are required to register in Wide Area Workflow (WAWF) for payment. To register and to access WAWF, go to https://wawf.eb.mil/.


 


 


Reuben B. McCurdy, Contracting Specialist, Phone 2707982216, Email reuben.b.mccurdy.mil@mail.mil - Eric C. Boston, Division Chief, Phone 2707987813, Email eric.c.boston.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP