Missouri Bids > Bid Detail

Fort Leonard Wood and LORA Asphalt IDIQ

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159248315397605
Posted Date: Mar 28, 2024
Due Date: Apr 15, 2024
Solicitation No: PANMCC-24-P-0000-009158
Source: https://sam.gov/opp/467eb177df...
Follow
Fort Leonard Wood and LORA Asphalt IDIQ
Active
Contract Opportunity
Notice ID
PANMCC-24-P-0000-009158
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT LEONARD WOOD
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 28, 2024 03:02 pm CDT
  • Original Response Date: Apr 15, 2024 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1LB - CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Fort Leonard Wood , MO 65473
    USA
Description

INTRODUCTION



The Mission and Installation Contracting Command, Fort Leonard Wood, MO is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for an Asphalt to repair and replacement of improved surfaces on Fort Leonard Wood, MO 65473 and Lake of the Ozarks Recreational Area (LORA), Lynn Creek, MO 65052. The intention is to procure these services on a competitive basis.



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: 100% On-Site Government (Fort Leonard Wood and LORA)



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. RESPPONSES 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 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 INFORMMATION PERTAINING TO THIS REQUIREMENT.”



PROGRAM BACKGROUND



The Directorate of Public Works (DPW) is designated as the requirement agency. In accordance with these assignments, Contractor provide the construction services to include, but not be limited to, providing and replacing asphalt surfaces and other miscellaneous items in accordance with (IAW) the attached Task List in Technical Exhibit A and specifications. This contract will be a delivery order style contract. All work required shall be on a requirement basis as directed by the Contracting Officer on a delivery order. The Contractor will be paid only for actual quantity of work performed for each Task Item.



REQUIRED CAPABILITIES



The Contractor shall provide construction services in support of the areas specified in Program Background (above). Further detail is provided in the draft Statement of Work (SOW) attached to this announcement.



If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) 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 NAICS code for this requirement is 237310 with a Small Business Size Standard of $45,000,000. The Product Service Code is Y1LB. 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 (CAPABILITIES STATEMENT)



A draft Statement of Work (SOW), draft Task List, draft drawing specifications, and a current Davis-Bacon Act Wage Determination #MO20240001 are attached for review.



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 12 pm, CST, 15 April 2024. All responses under this Sources Sought Notice must be e-mailed to blia.vue.civ@army.mil



This documentation must address at a minimum the following items:



1.) What type of work has your company performed in the past in support of the same or similar requirement?



2.) Can or has your company managed a task of this nature? If so, please provide details.



3.) Can or has your company managed a team of subcontractors before? If so, provide details.



4.) What specific technical skills does your company possess which ensure capability to perform the tasks?



5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.



6.) 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.



7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.



8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.



The estimated period of performance consists of base year plus 2 options performance commencing in September 2024. Specifics regarding the number of option periods will be provided in the solicitation.



The contract type is anticipated to be Indefinite Delivery/ Indefinite Quantity (IDIQ).



The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.



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, Blia Vue, in either Microsoft Word or Portable Document Format (PDF), via email blia.vue.civ@army.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
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 8112 NEBRASKA AVE
  • FORT LEONARD WOOD , MO 65473-0140
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 28, 2024 03:02 pm CDTSources 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 >