The U.S. Government is issuing a Sources Sought Notice for a Firm-Fixed-Price (FFP), single award, Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) at Fort Bliss, Texas. The requirement is for new construction services to support the Directorate of Public Works (DPW) at Fort Bliss, with an estimated value of $100,000,000 over a five-year ordering period. This notice aims to determine if the requirement can be set aside for small businesses, including various socioeconomic categories. The anticipated NAICS code is 236220 (Commercial and Institutional Building Construction) with a $45M size standard, and the Product Service Code is Z2JZ (Repair or Alteration of Miscellaneous Buildings Services). This is solely for information and planning, not a request for proposals. Interested small businesses are requested to provide detailed information on their capabilities, experience, financial capacity, bonding capabilities, and recommendations for structuring the contract to enhance small business competition. Responses should be submitted via email to the specified contract specialists.
The U.S. Government has issued a Sources Sought Notice seeking responses from small businesses interested in a Firm-Fixed-Price (FFP), single award, Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) to support construction at Fort Bliss, Texas. This procurement is intended for small businesses, with encouragement for participation from various socioeconomic categories. The anticipated contract will facilitate an estimated $100 million worth of construction projects over five years, focused on supporting facilities and infrastructure for Army readiness. Responses must include details about the firm’s capabilities, experience in similar projects, potential subcontracting arrangements, and compliance with small business subcontracting limitations. Additionally, respondents should provide information on bonding capabilities and any potential barriers to competition. The notice serves purely for information purposes and does not obligate the government to solicit formal proposals. Interested businesses are directed to submit their information via email to the specified contract specialists.
This Statement of Work (SOW) outlines a non-personal services Job Order Contracting (JOC) contract for Fort Bliss, Texas, focused on real property repair and construction. The contract, a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ), covers a broad range of projects from administrative facilities to airfield structures, including incidental design, testing, and abatement for lead-based paint or asbestos. The Contractor is responsible for providing all personnel, equipment, and services, adhering to specific work hours, federal holidays, and installation closures. Key aspects include using RSMeans/e-Gordian for cost estimating, strict proposal requirements, and detailed plans for accident prevention, quality control, site safety, and environmental compliance. The document also specifies personnel qualifications, task order procedures, and various reporting and documentation requirements to ensure projects conform to technical criteria and regulatory standards.
The Statement of Work (SOW) for Job Order Contracting (JOC) at Fort Bliss, Texas, outlines responsibilities and requirements for construction and repair projects. The contract, categorized under Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ), encompasses a range of tasks including facility repairs, renovations, and various construction activities involving administrative buildings, child development centers, and utilities. The contractor is responsible for all personnel, equipment, and materials necessary to execute defined tasks, which are initiated through a Request for Task Order Proposal (RTOP).
Key components include compliance with safety regulations, detailed proposal submissions based on RSMeans/e-Gordian cost estimation software, and adherence to federal and local regulations. The SOW emphasizes quality control, safety plans, and environmental management, necessitating the contractor's accountability for maintaining safety and compliance in all operations. The Contractor must also prepare and manage an array of specific plans tailored to project requirements, including safety, traffic control, and environmental compliance plans. Overall, this SOW underscores the commitment to quality, safety, and environmental responsibility in the execution of construction tasks at Fort Bliss.
The Statement of Work (SOW) outlines a non-personal services Job Order Contracting (JOC) agreement for construction and real property repair at Fort Bliss, Texas, and New Mexico. This Firm Fixed Price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) contract, under NAICS 236220, covers a broad range of projects, including facilities, infrastructure, and utilities, with potential for incidental design and environmental remediation. The contractor is responsible for all planning, administration, management, and execution in accordance with federal, state, and local laws. Key aspects include the use of RSMeans/e-Gordian for cost estimating, specific procedures for task order proposals and execution, and detailed requirements for personnel, safety, quality control, and environmental compliance. The SOW emphasizes strict adherence to project schedules, defines conditions for time extensions, and specifies liquidated damages for delays. It also outlines documentation, reporting, and various contractor responsibilities, including comprehensive plans for accident prevention, asbestos/lead management, and site safety.
The document outlines a Statement of Work (SOW) for a Job Order Contract (JOC) at Fort Bliss, Texas, and New Mexico, focusing on a range of construction-related services. The primary purpose is to establish terms for the repair, maintenance, and minor construction projects at the Fort Bliss Installation, which includes various types of facilities and infrastructure.
Key components include the definition of tasks, project scope, contractor responsibilities, and procedures for task order proposals. The work is classified under the North American Classification System and includes construction disciplines such as HVAC, electrical, plumbing, and environmental safety measures.
Contractor responsibilities encompass ensuring compliance with regulations, quality control, and safety management throughout the construction process. Significant elements involve the use of cost estimating software (RSMeans/e-Gordian), management of project schedules, and delivery of accurate proposals responding to task order requirements.
The document emphasizes maintaining standard operating procedures concerning environmental protection, waste management, and safety, thus highlighting the government’s commitment to regulatory compliance and efficient project execution within stipulated timelines.