The RFP Database
New business relationships start here

Job Order Contract Fort Greely, Alaska



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

 
This is a SOURCES SOUGHT SYNOPSIS ONLY. This synopsis is not a solicitation and there is no Request for Proposal (RFP) at this time. This synopsis is a market research tool to determine the availability of qualified Small Business sources.

The U.S. Army's Regional Contracting Office-Alaska intends to issue is a Request for Proposal (RFP) solicitation for a Job Order Contract (JOC) to be performed at Fort Greely, Alaska to include the Missile Defense Agency located on Fort Greely. The solicitation is intended to be for a single Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to provide a broad range of repair and minor construction services.


The Government is seeking qualifying HubZone firms in the Alaska Region of the Small Business Administration that primarily perform work under the NAICS classification code 236220 - Commercial and Institutional Building Construction.  The applicable size standard is $36.5M average annual gross receipts for the preceding three fiscal years. HubZone firms not serviced by the Alaska Region, but have a bona fide place of business (as defined by SBA) within the geographic area served by the Alaska Region will be eligible to submit offers. This acquisition is intended to be a base year with four option years with a not-to-exceed amount of $40 Million and task orders (projects) ranging from approximately $2,000 to $5 million. The Contracting Officer anticipates contractors will self-perform a minimum of 15% of the contract value.

Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on the Federal Business Opportunities website www.fbo.gov. A response to this sources sought is not an adequate response to the solicitation announcement. There is no bid package or solicitation at this time. No telephone calls will be accepted requesting a bid package or solicitation. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.


Projects will be located on the Fort Greely Army Installation and the Missile Defense Agency Cantonment area. The general scope of the requirements will be to perform multiple task orders at one time, conducting repair and renovation of buildings, including historic structures, at any/all of these locations. Work could include any of the following (non-exhaustive) list: repair or replacement of mechanical, electrical or fire protection and detection systems; concrete; asphalt; repairs related to building renovation or demolition; interior remodeling work including carpentry, painting, floor and wall covering; renovation of historic structures; repair or replacement of infrastructure systems; correction of drainage problems; repair or upgrade of structural problems, including seismic upgrades; repair or replacement of roofing, siding, windows, doors or other miscellaneous architectural elements, etc. Work may be accomplished in different types of facilities including: administrative, vehicle maintenance, industrial, warehouses, barracks, hangars, etc. This IDIQ contract will require a contractor to establish and maintain a quality control manager/project management/site superintendence office on Fort Greely. This acquisition will require a general contractor with experience and expertise capable of managing numerous task orders at the same time, which will require construction scheduling, cost estimating, quality control, and coordination of subcontractors in a wide variety of construction trades.

 ADDITIONAL INFORMATION

Prior experience in the following areas are required:



Mechanical, electrical, plumbing and fire suppression and detection system replacement and upgrades.



Paving repair and replacement (concrete and asphalt).

Interior remodeling work including carpentry, painting, floor and wall covering.

 * Window and door replacement, including systems to meet DoD Antiterrorism Standards for Buildings.




Repair or replacement of infrastructure systems.


Correction of site drainage problems

Repair or upgrade of structural problems, including seismic upgrades.

 * Repair or installation of Exterior Insulation and Finish Systems (EIFS), Insulated Metal Panels, and Structural insulated panels (SIPs).

* Repair or replacement of low-slope EPDM roof systems over 5,000 SF.



Repair or replacement of roofing, siding, windows, doors or other miscellaneous architectural elements.

Managing numerous repair and renovation task orders at the same time requiring construction scheduling, cost estimating, quality control, and coordination of subcontractors in a wide variety of construction trades. Similar projects could include job order contracts (JOC); Air Force Simplified Acquisition of Base Engineer Requirements (SABER) contracts; multiple award or single award task order contracts or similar type contracts. Include description of contract, lists of task orders completed or ongoing with task order values and descriptions, duration of contract and any other information that would aid the Government in determining similarity of the contract with the intended contract.

 SUBMISSION REQUIREMENTS
1. Offeror's name, address, point of contact, phone number, and e-mail address.
2. Firm's DUNS number.
3. Offeror's interest in providing a proposal on pending solicitation, once issued.
4. Offeror's capability to perform a contract of this magnitude and complexity.
5. Offeror's type of business and business size.
6. Offeror's Joint Venture information, existing and potential, if applicable.
7. Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.)
8. Brief description (single paragraph) of up to ten (10) similar projects completed by your company as a prime contractor within the past five (5) years, including as much of the following information as possible: (a) total dollar value of the contract; (b) brief description of the technical requirements of the project; (c) a description of the work that was performed and whether it was self-performed or performed by a subcontractor; (d) indication of how long the services took to complete, from start to finish.

 Interested parties should respond via email to the points of contact listed below no later than 1 September 17 at 4:00 p.m., Alaska Time. This Sources Sought Notice is to assist the Regional Contracting Office-Alaska in identifying an appropriate acquisition strategy only. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The information received will be utilized for technical and acquisition planning. If adequate responses are not received from small business, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to responders.








Laura J. Wayfield, Contracting Officer, Phone 9073533447, Fax 9073537302, Email laura.j.wayfield.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP