The RFP Database
New business relationships start here

Maintenance & Repair at JB-MDL


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

 

This Sources Sought notice is issued for planning purpose only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the Sources Sought, nor is any commitment on the part of the Government to award a contract implied.  Responses to this notice will assist the Government in identifying potential sources for a specific set-aside(s) for the solicitation, and in determining whether or not this approach to securing contracting support is practicable. Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this Sources Sought. Responses to this notice will not be returned.

The 87th Contracting Squadron (87 CONS) - Joint Base McGuire-Dix-Lakehurst (MDL), NJ is conducting market research to determine the existence of interested small business sources for North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction. The small business size standard is $36.5M.

The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on a new requirement for a single award, requirements type construction contract which will result in a broad range of maintenance, repairs, and minor construction. Offerors shall include prices for each item listed in order to evaluate proposals properly (Only necessary at the time formal proposals are due). There is an estimated acquisition value $25M to $100M over a five (5) year period. The contract will be awarded as a base plus 4 option years ordering period and actual funds will exist on the awarded task orders against the contract.

The contract will establish terms and conditions upon which the Contractor will perform a wide variety of performance-based services and/or construction tasks as identified. Firm Fixed Price task orders will include a variety of trades including, but not limited to, wood interior doors, metal interior & exterior doors, metal & wood door frames, wood door casings/stops, heavy door hardware, carpentry, exterior lumber, kitchen cabinets and counter top Unaccompanied Personnel Housing (UPH) units, medicine cabinets, doors & miscellaneous items UPH units, electrical miscellaneous items UPH units, plumbing - bathroom & kitchen items UPH units, flooring, flooring - ceramic/quarry, carpet, ceilings, electric receptacles/switches/box, interior lighting, interior/exterior preparation & painting, latrines & accessories, plumbing valves & metal pipe, PVC pipe/fittings, roll-up & sectional overhead doors, exterior siding, non-vinyl siding, gutters & downspouts, interior/exterior masonry, roofing, non-asphalt shingle roofing, chain link fence, miscellaneous metal work, miscellaneous labor, and asbestos abatement (removal). Task orders / delivery orders (TO/DO's) will be issued based on line items that are Pre-Priced. No site visits will be required. In addition, the contractor will be responsible for obtaining all necessary permits. Contractor will be required to include all supervision, materials, labor, equipment, transportation, and disposal required to successfully complete the work ordered.

SUBMISSION GUIDELINES: Responsible, qualified firms interested in supporting the subject requirement for the 87 CONS for Joint Base McGuire-Dix-Lakehurst

1. All interested parties are invited to respond and prospective contractors must be registered in the System for Award Management (SAM) database at https://www.sam.gov/ before award of a government contract

2.  Company name, address, point of contact (poc), phone number, and POC email address;

3.  DUNS Number and CAGE Code;

4.  Company's Business size and Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor]; Potential teaming arrangements and delineation between the work that will be accomplished by the prime and the work accomplished by the teaming partner(s).  Note: For general and heavy construction 15% of the cost of the contract, not including the cost of materials, must be performed by the prime contractor with its own employees.

5.  Socioeconomic statuses (Small Business, Emerging Small Business, SBA Certified 8(a) Program Participant, SBA HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Veteran Owned Business, Woman Owned Business) as applicable.

6.  Past performance examples for this category of work to include procuring agency, location, dollar amount at project completion (to include the number/value of modifications), whether work was done as a prime contractor, type of contract (fixed price, cost reimbursement, labor hour, etc.)

7.  Identify bonding capacity

 

PRIMARY POINT OF CONTACT (POC)

87 CONS / LGCB CONTRACT SPECIALIST

SSgt Guy Cholmondeley

Guy.cholmondeley@us.af.mil

 

87 CONS / LGCB CONTRACTING OFFICER

Ms. Wanda Wilson

Wanda.Wilson.1@us.af.mil

 

87 CONS / LGCB FLIGHT CHIEF

Ms. Dana DEYAMPERT

Dana.Deyampert@us.af.mil

 

Information submitted must be in sufficient detail as to allow for a thorough government review of firm's interest and capabilities. This information is due no later than Friday, 12 April 2019 at 4:00 p.m. EST.

This RFI notice is issued for planning purposes only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the RFI, nor is any commitment on the part of the Government to award a contract implied. Responses to this notice will assist the government in identifying potential sources in determining if a set-aside of the solicitation is appropriate, and in determining whether or not this approach to securing contracting support is practicable. Respondents are advised that the government will not pay for any information or administrative cost incurred in response to this RFI. Responses to the RFI will not be returned.


Guy Cholmondeley, Contracting Specialist, Phone 6097545146, Email guy.cholmondeley@us.af.mil - Wanda L. Wilson, Contracting Officer, Phone 6097544950, Email wanda.wilson.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP