Search Contract Opportunities

Installation Concrete Requirement   9

ID: W91QF4-20-B-0001 • Type: Sources Sought

Description

The information received will be used within Department of Public Works, Fort Leavenworth, Kansas, to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is not a request for proposals, but a survey of the market for potential sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation.

Department of Public Works, Fort Leavenworth, KS is seeking current relevant experience, personnel, and capability to perform an indefinite quantity Concrete Requirement Contract. The project is to repair and install new concrete items and other miscellaneous items throughout Fort Leavenworth, Kansas, but not limited to:

1) Concrete items: replace or install new concrete pads, stairs on-grade, elevated slabs, elevated stairs, curb and gutter, sidewalks, handicap ramps, pavement, retaining walls, RCP and HDPE storm sewer pipes, curb inlets and boxes, manholes and other concrete items;

2) Tuck-pointing and masonry repair to include work on both modern and historically significant structures;

3) Stripping of all types of pavement on roads and parking lots;

4) Crack sealing of all types of pavement on roads and parking lots, for the U.S. Army Fort Leavenworth Department of Public Works.

The task orders to be awarded under this contract will be for miscellaneous concrete items throughout Fort Leavenworth, within the North American Industry Classification System (NAICS) code is 238110 (Poured Concrete Foundation and Structure Contractors), with a corresponding Small Business Size Standard of $16.5 million. The proposed contract will be for One Base Year with 2 one-year renewable options, resulting in the maximum contract ordering period of 3 years. The estimated contract value is $7,000,000.00 for the base year and option years, if exercised. The anticipated Task Order values are an estimated average range between $2,000.00 and $50,000.00. FAR Clause 52.216-21 Requirements will be applicable to this acquisition, if procured by the Government.

Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF). Please include the following information:

1) Contractor Information shall include: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL, if applicable; and Small business size certification, if applicable. For more information on the definitions or requirements of small business programs, refer to http://www.sba.gov/.

2) Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity.

3) Experience: Submit a maximum of 5 government or commercial contracts/projects your firm has completed in the last 5 years demonstrating your experience in concrete work with specific skills in performing Tuck-pointing and masonry repair, Stripping of all types of pavement on roads and parking lots, and Crack sealing of all types of pavement on roads and parking lots at various types of military and/or commercial nonresidential buildings, roads and parking lots.

For each of the contracts/projects submitted, provide the title; location; whether prime or subcontractor work; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the services provided by your firm; and customer information including two points of contact, phone number, and email address.

E-mail file may not be larger than 3 Mega Byte (MB). Elaborate brochures or documentation, detailed art work, or other embellishments are unnecessary and are not desired.

Overview

Response Deadline
Jan. 9, 2020, 2:00 p.m. EST (original: Dec. 5, 2019, 2:00 p.m. EST) Past Due
Posted
Nov. 20, 2019, 4:33 p.m. EST (updated: Jan. 7, 2020, 12:29 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Fort Leavenworth, KS 66027 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
32%
On 11/20/19 MICC Fort Leavenworth issued Sources Sought W91QF4-20-B-0001 for Installation Concrete Requirement due 1/9/20. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238110 (SBA Size Standard $19 Million) and PSC Z2LB.
Primary Contact
Name
Alphonso Barnes   Profile
Phone
(913) 684-1643
Fax
(913) 684-1610

Secondary Contact

Name
Robert M. Parvin   Profile
Phone
(913) 684-1624
Fax
913-684-1610

Documents

Posted documents for Sources Sought W91QF4-20-B-0001

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought W91QF4-20-B-0001

Award Notifications

Agency published notification of awards for Sources Sought W91QF4-20-B-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W91QF4-20-B-0001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W91QF4-20-B-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO EUSTIS
FPDS Organization Code
2100-W91QF4
Source Organization Code
500036786
Last Updated
Jan. 22, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 24, 2020