Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2025 SAM #8521
SPECIAL NOTICE

Y -- Fort Benning Construction MATOC

Notice Date
3/24/2025 3:49:35 PM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W6QM MICC-FT MOORE FORT MOORE GA 31905-5182 USA
 
ZIP Code
31905-5182
 
Response Due
3/27/2025 9:00:00 AM
 
Archive Date
04/11/2025
 
Point of Contact
Michael Taylor, Phone: 7065454938
 
E-Mail Address
michael.m.taylor2.civ@army.mil
(michael.m.taylor2.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SPECIAL NOTICE SYNOPSIS OF PROPOSED CONTRACT ACTION & SOURCES SOUGHT SYNOPSIS Fort Benning Construction MATOC IDIQ This special notice is issued as a combined synopsis of a proposed contract action and sources sought synopsis. The proposed contract action is for the acquisition of Construction Services at Fort Benning, GA, which is located southeast of the city of Columbus, in Muscogee and Chattahoochee counties, GA, and Russell County, AL. Work will also be performed at the Army Ranger Facility which is located 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, FL. The Government intends to solicit and negotiate with limited sources under the authority of Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii). The Government is also seeking to identify any possible industry capabilities in meeting the requirement within a specified timeframe at a fair market price. The sources sought is for the purpose of requesting information on capabilities of potential offerors to provide the services described in this document and the attached SOW. The sources sought is solely for information � it does not constitute a Request for Quotation (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This notice does not commit the Government to contract for any supply or service. The 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, IFB, or RFP, if any is 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 information pertaining to this requirement. The GPE is located at https://sam.gov. BACKGROUND: This is for a continuing need for construction services at Fort Benning, GA, Camp Frank D. Merrill, Dahlonega, Georgia, Camp James E. Rudder at Eglin Air Force Base and the DFMWR Center in Destin, FL. Attached you will find the draft Statement of Work (SOW). The Government currently contracts for these services under contracts W911SF20D0003, W911SF20D0004, W911SF20D0006, and W911SF20D0007. The U.S. Government intends to issue sole source short-term 12-month extensions of each IDIQ contract to the incumbents unless consideration can be provided to responsible firms with the ability to be in place and provide full performance seamlessly upon the current contract expiration on 7 May 2025. Any lapse in services is unacceptable. Interested firms must meet these qualifications of the requirement in order to be eligible for consideration. The contractor shall provide a broad range of maintenance, repair, and alteration projects. Inclusive are maintenance, repair, remodeling, renovation and minor new construction which may include incidental design services. Both Design-Bid-Build (from here on referenced as construction) and Design-Build (design and construction) type projects may be performed under this contract. Design-Bid-Build (Construction) is defined as the traditional delivery method for construction projects where design and construction are sequential and contracted for separately with two contracts and two contractors. The drawings and specifications created under an initial Architect/Engineer contract are used as the bid documents in the following construction contract. Whereas, Design-Build combines the architectural, engineering, and construction services required for a project into a single contractual agreement. Under such an agreement, the Government contracts with a single entity; the contractor providing the end product is responsible for both design and construction. The NAICS code assigned to this acquisition is 236220, Commercial and Institutional Building Construction, with a corresponding size standard of $45M. The Contractor shall provide all supervision, labor, personnel, equipment, materials, and supplies, except for Government Furnished Property (GFP), to perform activities that comprise base operations support services. Electronic submissions only: Responses are due no later than 12:00pm EST on 27 March 2025 to facilitate planning and ensure maximum consideration. The email attachments cannot exceed 9 megabytes (MB) due to the Government�s email system restrictions. DO NOT SEND ZIPPED files as the Government�s network removes all zipped files. Interested businesses should provide a brief capability statement package (limited to no more than 30 pages, single spaced, and 12 font size minimum) demonstrating specific capability in reference to this requirement. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of the two and the document(s) must be searchable. Capabilities package must include the name of the firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and UEI number. Respondents must also indicate small business certification status for example, Small Business (SB), Small Disadvantaged Business (SDB), 8(a), Economically Disadvantaged Woman Owned SB (EDWOSB), WOSB, HUBZone, or Service-Disabled Veteran Owned SB (SDVOSB). Include your company�s specific experience in base operation support services and providing comparable services. Ensure the information is in sufficiently detailed regarding previous experience in managing base operation support services (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). Include information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.). Email the capability package to: usarmy.moore.acc-micc.mbx.micc-proposals@army.mil The email subject line should include: The Firm�s Name, �Response to the Sources Sought Synopsis for MATOC - Fort Benning.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/00aaa3280615473da7bf05aa105b6c7d/view)
 
Place of Performance
Address: Fort Benning, GA 31905, USA
Zip Code: 31905
Country: USA
 
Record
SN07382649-F 20250326/250324230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.