Fort Gregg Adams (formerly Fort Lee) Multiple Award, Indefinite Delivery Indefinite Quantity (MA IDIQ) Task Order Contract

Agency: DEPT OF DEFENSE
State: Virginia
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Mar 27, 2024
Due: Apr 10, 2024
Solicitation No: W5168W-24-R-0013
Publication URL: To access bid details, please log in.
Follow
Fort Gregg Adams (formerly Fort Lee) Multiple Award, Indefinite Delivery Indefinite Quantity (MA IDIQ) Task Order Contract
Active
Contract Opportunity
Notice ID
W5168W-24-R-0013
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 27, 2024 11:40 am CDT
  • Original Published Date: Nov 06, 2023 12:32 pm CST
  • Updated Response Date: Apr 10, 2024 12:30 pm CDT
  • Original Response Date: Nov 20, 2023 12:30 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2024
  • Original Inactive Date: Dec 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Gregg Adams , VA 23801
    USA
Description View Changes

SOURCES SOUGHT SYNOPSIS



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 (MA IDIQ) Task Order Contract 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 MA IDIQ requirement to support DPW located at Fort Gregg Adams, Virginia. The mission is to provide a broad range of real property repair and construction at Fort Gregg Adams that is 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. The current contract is a Single Award, Job Order Contract. The new contract is going to be a MA IDIQ contract.



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 or subcontractor. 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. 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.



9. Questions related to this sources sought shall be sent no later than April 10, 2024



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 MA IDIQ”. Telephone inquiries will NOT be entertained.


Attachments/Links
Contact Information View Changes
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
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Views: Current Version ( 38 ) All Versions ( 38 ) Details IFB-61432

State Government of Virginia

Bid Due: 6/11/2024

Follow SPE4A724R0309-1650 - FILTER,FLUID/ AIRCRAFT, HERCULES C-130 Active Contract Opportunity Notice ID SPE4A724R0309

Federal Agency

Bid Due: 4/29/2024

Bid Number: 20240763B Bid Title: James City County Marina Upgrades and Supporting Infrastructure

James City County

Bid Due: 4/30/2024

Views: Current Version ( 14 ) All Versions ( 124 ) Details IFB-61713

State Government of Virginia

Bid Due: 5/23/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.