Georgia Bids > Bid Detail

SOURCES SOUGHT FOR MAIDIQ FORT MOORE

Agency:
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
  • 99 - Miscellaneous
Opps ID: NBD00159448818165705
Posted Date: Feb 12, 2024
Due Date: Feb 26, 2024
Source: https://sam.gov/opp/27b745bcf1...
Follow
SOURCES SOUGHT FOR MAIDIQ FORT MOORE
Active
Contract Opportunity
Notice ID
W5168W24MAIDIQ
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Office
W6QM MICC-FDO FT SAM HOUSTON
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 12, 2024 09:40 am CST
  • Original Response Date: Feb 26, 2024 10:00 am CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Moore , GA
    USA
Description

This is a Sources Sought Notice ONLY. The U.S. Government desires to procure a Firm-Fixed-Price (FFP), Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) at Fort Moore, Georgia, on a small business set-aside basis, provided that 2 or more qualified small businesses respond to this Sources Sought Synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories {including, 8(a) Business Development Program, Small Disadvantage Business (SDB), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned (SDVOSB), and Women-Owned Small Business concerns (WOSB)}, to identify their capabilities in meeting the requirement at a fair market price.



This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this Sources Sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.



The anticipated NAICS code is: 236220, Commercial and Institutional Building Construction, with a size standard of $45M. If a different NAICS code would be better suited for this requirement, please state in your response what NAICS is better suited for this requirement and why.



A need is anticipated for a new MAIDIQ construction requirement to support Directorate of Public Works (DPW) located at Fort Moore, Georgia. Contractors shall provide (as specified in each Delivery Order under the resulting contract) all labor, equipment, materials and supervision necessary to perform a broad range of design-bid-build and design-build projects for alterations, repairs, and maintenance of real property facilities located at Fort Moore, Georgia, the Army Ranger Facility at Camp Frank D. Merrill, Dahlonega, Georgia, Camp James E. Rudder at Eglin Air Force Base and the Directorate of Family Moral, Welfare and Recreation (DFMWR) Recreation Center in Destin, Florida. Work shall be performed in accordance with the terms and conditions of the resulting contract, to include Design Criteria, Statement of Work, Scope of Work, and Specifications and Drawings as required in any resulting individual Delivery Order.



The magnitude of this action is more than $10,000,000, that will include a five (5) year ordering period and a six (6) months extension in accordance with FAR Clause 52.217-8.



The Government currently contracts for these projects under contract W911SF-20-D-0003, W911SF-20-D-0004, W911SF-20-D-0005, W911SF-20-D-0006, and W911SF-20-D-0007.



In response to this Sources Sought, please provide the following information:



1. Name of the firm, point of contact, phone number, email address, Unique Entity ID (UEI), CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB.) and the corresponding NAICS code.



2. Whether your firm is interested in competing for this requirement as a prime contractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company’s specific experience in construction and design/build projects. Ensure the information is in sufficiently detailed regarding previous experience in managing construction and design/build projects (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable). If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with.



3. What percentage of work will be performed by the small business prime contractor, and all similarly situated entity subcontractors? Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (Deviation 2021-O0008).



4. Type(s)/certifications(s) of proposed subcontractors (for example, SDB, 8(a), HUBZone, SDVOSB, WOSB).



5. Information on the capacity of your business to meet bonding capacity requirements.



6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.



7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.



8. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services.



Questions related to this sources sought shall be sent no later than February 26, 2024. Responses to this sources sought shall be submitted via email to Nayadette Williams, Contract Specialist, nayadette.williams.civ@army.mil and Samuel J. Colton, Contracting Officer, samuel.j.colton.civ@army.mil. Submissions shall contain a subject line that reads “Fort Moore MAIDIQ”. Telephone inquiries will NOT be entertained.


Attachments/Links
Contact Information
Contracting Office Address
  • DIRECTOR MICC IRC 2371 INFANTRY POST ROAD
  • FORT SAM HOUSTON , TX 78234-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 12, 2024 09:40 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >