News

Fort Polk Construction MATOC

Type of document: Contract Notice
Country: United States

Fort Polk Construction MATOC

Notice ID: W91151PolkSourcesSought
Department/Ind. Agency: DEPARTMENT OF DEFENSE
Sub-tier: DEPT OF THE ARMY
Office: W6QM MICC-FDO FT HOOD

General Information:
Contract Opportunity Type: Sources Sought
Original Published Date: 2020-01-24 13:37:45.407-05
Original Date Offers Due: 2020-02-07T14:00:00-06:00
Original Inactive Policy: 15 days after response date
Original Inactive Date: 2020-02-22

Classification:
Product Service Code: Z1EB
NAICS Code: 238990
Place of Performance: Fort Polk LA USA

Description
SOURCES SOUGHT/REQUEST FOR INFORMATION Mission & Installation Contracting Command (MICC-FH) ����������������������� Fort Hood, Texas INTRODUCTION The U.S. Army Mission and Installation Contracting Command � Fort Hood (MICC-FH) is issuing this Sources Sought synopsis as a means for conducting market research to identify parties having an interest in and the resources to support the requirement for a broad range of real property repair and construction projects for the Department of Public Works at Fort Polk, LA, and their associated satellite facilities. �The intention is to procure these services on a competitive basis as an 8(a) set aside. 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. PLACE OF PERFORMANCE Location:��Fort Polk, Louisiana���������� % On-Site Government:� 100% DISCLAIMER �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. RESPONSES 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 IS 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 INFORMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND The DPW is designated as the manager of the broad range of real property repair and construction projects at Fort Polk, LA. In accordance with these assignments, DPW provides support to the following: administrative facilities, maintenance shops, child development centers, physical fitness centers, maintenance shops, food service facilities, airfield structures (including rigid and flexible paving), roads, athletic fields, bridges, underground utilities, overhead utilities, gates, warehouses, and auditoriums.� Projects may include incidental design, testing, studies, surveys, and abatement for lead-based paint (LBP) or asbestos containing materials (ACM).� REQUIRED CAPABILITIES The contractor shall provide services for real property repair and construction to include, but are not limited to, the following systems and disciplines: Asbestos and Lead-Based Paint Abatement Foundation and Site work Asphalt Paving�������������������������������������������� Heating, Ventilation, and Air Conditioning (HVAC)��������������������� Bridge and Dam Repair Mechanical Carpentry Natural Gas Distribution System Concrete and masonry�������������� Painting Demolition Plumbing Doors and Windows Road Repair Drywall Roofing Electrical Sheet metal Electronic Safety and Security Systems Steam fitting Excavation Storm Water Collection Systems Finishes Thermal and Moisture Protection Fire Suppression and Alarms Welding Flooring Other site work may include site grading, drainage, exterior irrigation systems, and retaining walls incidental to the construction.� All work to be performed under this contract will take place on Fort Polk and/ or one of its satellite facilities. Contract performance areas included, but are not limited to, Fort Polk, Toledo Bend Recreation Site, Peason Ridge, Controlled Areas (Ammunition/Weapons Storage Area(s), Active Ranges, Training Areas, Environmentally Sensitive Areas), and Intermediate Staging Base located at England Industrial Air Park (Alexandria International Airport). These facilities are in the following parishes: Vernon, Beauregard, Sabine, Rapides, and Natchitoches. The Contractor shall provide as-built drawings which conform to the electronic computer-aided design and drafting (CADD) software currently utilized by the Directorate of Public Works (DPW).� The Contractor shall perform in accordance with (IAW) local policies, National Fire Protection Association (NFPA) codes, and industry and trade organization standards.� If your company has the potential capacity to perform these contract services, please provide the following information: Company name, address, point of contact, telephone number, and e-mail address. Type of Business, CAGE code, and DUNS number. The Government must be able to verify SBA certification of 8(a) status via SAM. 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. 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. ELIGIBILITY The applicable North American Industry Classification System (NAICS) Code for this procurement is 238990 (All Other Specialty Trade Contractors), with a small business size standard of $15,000,000.00. The Product Service Code is Z1EB, Maintenance, Repair or Alteration of Real Property. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS 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 2:00 p.m. CST, 07 February 2020. All responses under this Sources Sought Notice must be e-mailed to Bruce.E.Hayes.CIV@mail.mil. This documentation must address at a minimum the following items: What type of work has your company performed in the past in support of the same or similar requirement? Describe your experience as a prime contractor managing a broad range of real property repair and construction projects, similar to the tasks described herein. Describe your experience as a prime contractor managing a team of subcontractors? What specific technical skills does your company possess which ensure capability to perform the tasks? Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 25% of the cost of the contract not including the cost of material with its own employee. Provide an explanation of your company�s ability to perform at least 25% of the tasking described above for the base period as well as the option periods. Is your firm interested in submitting a proposal for evaluation and consideration for award for an 8(a) competitive MATOC? 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. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, Service Disabled Veteran-Owned Small Business or 8(a) Concern. Include in your response your firm’s bonding capacity, both single and aggregate as of the date of your response. The estimated period of performance consists of a 12 month base year plus four (4), one (1) year option periods with performance commencing in August 2020. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price (FFP), Multiple Award Task Order Contract (MATOC). Task orders placed under this MATOC are intended to provide rapid response for General Construction: new construction, rehabilitation, maintenance or repair of situations relating, but not limited to, site work, earth work, infrastructure, mechanical systems, utility systems, structural, electrical, HVAC of Government facilities. Work may involve Vertical Construction to include new construction of various types of facilities. Work under this MATOC may also include rehabilitation, renovation and repair of buildings, and building additions, in addition to; Horizontal Construction including, but not limited to, new construction, rehabilitation and repairs of highways, airfield runways, and airfield concrete aprons. Task order values may range from $5K to $2.5M. �During the contract period, the Government will identify specific jobs and issue a RFP to all MATOC Contractors within the MATOC pool. A TO will primarily be for general construction work such as remediation of facilities, e.g., maintenance, repair, asbestos and lead-based paint abatement, and minor construction situations relating to but not limited to civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), and anti-terrorism and force protection. The intent of this MATOC is to provide a means for the Government to solicit and award maintenance, repair, construction, and incidental design services projects with as little lead time as possible. The successful contractor shall attend a site visit with as little as 24 hour notice and may be expected to turn around a request for proposal in less than 7 days. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the (Davis bacon Act). 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. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Mr. Bruce Hayes, in either Microsoft Word or Portable Document Format (PDF), via email Bruce.E.Hayes.CIV@mail.mil. 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. No phone calls will be accepted. 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.

Attachments/Links
Link:

Contact Information
Contracting Office Address: FORT HOOD TX (76544-5025)

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy