Fort Drum General Construction BPA

Agency: Department of the Army
State: New York
Type of Government: Federal
FSC Category:
  • Y - Construction of Structures and Facilities
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
Set Aside: Total Small Business
Posted Date: Mar 27, 2018
Due Date: Mar 24, 2023
Solicitation No: W911S2-18-U-8000
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Opportunity History
  • Original Synopsis
    Mar 27, 2018
    11:16 am
Solicitation Number :
W911S2-18-U-8000
Notice Type :
Combined Synopsis/Solicitation
Synopsis :
Added: Mar 27, 2018 11:16 am
Agency/Office: MICC Fort Drum

Location: MICC - Fort Drum


Title: General Construction Blanket Purchase Agreement


This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission and Installation Contracting Command (MICC) Fort Drum, NY is seeking to identify multiple Small Businesses with the interest and resources to enter into a Blanket Purchase Agreement (BPA) for General Construction Services under North American Industry Classification System (NAICS) Code 236220 Commercial and Institutional Building Construction. The small business size standard for this industry is $36.5 million in average annual revenue. The Product Service Code is Y1JZ. MICC Fort Drum anticipates procuring construction projects valued between Micro-purchase Threshold and Simplified Acquisition Threshold on a competitive basis through the BPA Suite for General Construction Services.


Construction projects under the BPA Suite would include but not be limited to the following: Provide all necessary resources, management, personnel, materials, supervision, transportation, supplies, and all equipment, except Government Furnished Property (GFP) to facilitate all phases of work in connection with various general construction projects on Fort Drum, NY. This would include new work, additions, alterations and maintenance and repair of real property facilities and structures. Insurance is required for these types of projects; and information on required insurance amounts will be included in the Statement of Work.


BPAs under this BPA Suite will have a ceiling of $7.0 million. Contractors under this BPA Suite must be capable of obtaining the payment bonds required for construction projects valued between $35,000 and the Simplified Acquisition Threshold. Contractors unable to meet this bonding requirement will not be considered for inclusion in this BPA Suite. Due to the possibility of emergency work orders, BPA contractors must also have the resources necessary to respond to emergency work within 90 minutes. Contractors not able to meet the 90 minute response time for emergency work orders will not be considered for award. Where site visits are offered and attended, the prime BPA Contractor must represent themselves (subcontractors cannot represent a prime contractor on site visits or in response to any request for information or quote). BPA contractors shall comply with FAR 52.222-6 Construction Wage Rate Requirements (formerly Davis-Bacon Act). Each project will be competitively procured, and the Government will incorporate the most current Davis Bacon wage determination in effect at time of award. Davis Bacon wage determinations are located at http://www.wdol.gov/usrguide/index.aspx.


When establishing these BPAs, the Government will consider price; socio-economic status; past performance, where past performance exists; and technical capabilities. BPAs will be evaluated annually, and may remain in place for up to five (5) years. Annual review of BPAs will be performed to determine whether the Government is receiving fair and reasonable pricing, usage and participation, which may result in either continuing the BPA or early expiration. Early expiration may result if the Government no longer has a requirement for the general construction services provided by the Contractor. MICC Fort Drum anticipates a maximum of 10 contractors in the BPA suite at a time. A list of interested vendors will be maintained.


The Contractor must be registered in Wide Area Work Flow (WAWF) for contract payment. To register and access WAWF, go to https://wawf.eb.mil/. As prescribed in DFARS 252.204-7004, interested parties must be registered with the System for Award Management (SAM) under NAICS Code 236220. Representations and Certifications must also be on record. SAM registration is free, and done through the website at https://www.sam.gov.


IAW FAR 13.003(b) this procurement will be 100% set aside for small business concerns.


Instructions to Interested Parties: If your small business organization has the potential capacity to perform these general construction services, and is interested in being considered for inclusion in this BPA Suite, respond electronically to the point of contact information below. Responses must reference "General Construction BPA" in the subject field, be in Portable Document Format (PDF), submitted electronically to Mr. Thomas J. Brown, thomas.j.brown314.civ@mail.mil with a courtesy copy to Mrs. Marie C. McGuire, marie.c.mcguire.civ@mail.mil, and include the following: 1) DUNS Number; 2) CAGE Code; 3) Tax ID Number; 4) POC's name, physical address, email address, and telephone number; 5) website address; 6) small business size, socioeconomic categories, and type of ownership for the organization; 7) Capability Statement and 8) letter from surety confirming your organization's bonding capability.


Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Please consult the list of document viewers if you cannot open a file.
BPA Synopsis Document
Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
BPA Synopsis Document
Posted Date:
March 27, 2018
Description: BPA Synopsis Document
Contracting Office Address :
45 West Street
Fort Drum, New York 13602-5220
United States
Place of Performance :
Fort Drum, New York 13602
United States
Primary Point of Contact. :
Thomas J. Brown,
Purchasing Agent
Phone: 3157728569
Secondary Point of Contact :
Marie C. McGuire,
Supervisory Contract Specialist
Phone: 315-772-9908
All Files
BPA Synopsis Document
Mar 27, 2018
FY18_BPA_Synopsis.pd...
Download/View FY18_BPA_Synopsis.pdf
General Information
Notice Type:
Combined Synopsis/Solicitation
Posted Date:
March 27, 2018
Response Date:
Mar 24, 2023 1:00 pm Eastern
Archiving Policy:
Automatic, 15 days after response date
Archive Date:
April 8, 2023
Original Set Aside:
N/A
Set Aside:
Total Small Business
Classification Code:
Y -- Construction of structures and facilities
NAICS Code:
236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Y1DA--630A4-14-427 (UPGRADE ELEVATORS - BROOKLYN) (VA-24-00059898) Active Contract Opportunity Notice ID 36C24224B0032

Federal Agency

Issue Date: 04/10/2024 Contract Number: Various Construction/Various Description: BIDDERS SHOULD BE ADVISED THAT

The New York State Contract Reporter

Bid Due: 5/09/2024

Issue Date: 04/29/2024 Contract Number: 5692 5692 - NR Podcast Studio Construction Description:

The New York State Contract Reporter

Bid Due: 5/15/2024

Title: 84624B0098-Q046-121M Josephine Caminiti Playground Reconstruction Procurement Section Parks and Recreation (DPR) Agency

The City of New York

Bid Due: 5/23/2024