Closed Solicitation · DEPT OF DEFENSE

    Fort Gregg Adams (formerly Fort Lee) Job Order Contract (JOC)

    Sol. W5168W-24-R-0013Sources SoughtSet-aside: Total Small Business Set-Aside (FAR 19.5)FORT SAM HOUSTON, TX
    Closed
    STATUS
    Closed
    closed Nov 20, 2023
    POSTED
    Nov 6, 2023
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Z2JZ
    Product & service classification

    Contract details

    Solicitation No.
    W5168W-24-R-0013
    Notice Type
    Sources Sought
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    November 6, 2023
    Response Deadline
    November 20, 2023
    NAICS Code
    236220AI guide
    PSC / Class Code
    Z2JZ
    Contract Code
    2100
    Primary Contact
    Jonathon Hecker
    State
    TX
    ZIP Code
    78234-0000

    Award information

    Awardee
    nan
    Award Date

    Description

    SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a Firm-Fixed-Price (FFP), single award, Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) at Fort Gregg Adams, on a small business set-aside basis, provided 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, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), 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(s) is/are: 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 construction Job Order Contract (JOC) service requirement to support DPW located at Fort Gregg Adams, Virginia. The mission is to manage and operate all Fort Gregg Adams facilities, infrastructure, natural and cultural resources required to support Army readiness, sustain the Warfighter Force and current/future mission requirements. These requirements will be achieved through the implementation of Task Orders (TOs) issued under the terms of the contract. The magnitude of the anticipated project is approximately between $100,000,000.00 and $250,000,000 for a base plus four (4) one-year option periods. The Government currently contracts for these services under contract W91QF5-20-D-0001.  In response to this sources sought, please provide: 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, etc.) 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 providing comparable services.  Ensure the information is in sufficiently detailed regarding previous experience in managing construction (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, or WOSB). 5.  Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.). 6. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 7. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 8. 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@mail.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. 9. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services. 10. Questions related to this sources sought shall be sent no later then November 20, 2023 Responses to this sources sought shall be submitted via email to Jonathon Hecker, Contract Specialist, jonathon.r.hecker.civ@army.mil and shall contain a subject line that reads “Fort Gregg Adams JOC”. Telephone inquiries will NOT be entertained.

    Key dates

    1. November 6, 2023Posted Date
    2. November 20, 2023Proposals / Responses Due

    Frequently asked questions

    Fort Gregg Adams (formerly Fort Lee) Job Order Contract (JOC) is a federal contract award from DEPT OF DEFENSE. Review the award details including the awardee, contract value, and NAICS code.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.