Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOURCES SOUGHT

Y -- Multiple Award Task Order in Support of Fort Lewis and SubInstallations, Washington, Oregon, Idaho and Montana

Notice Date
8/3/2005
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-05-T-9993
 
Response Due
8/12/2005
 
Archive Date
10/11/2005
 
Small Business Set-Aside
N/A
 
Description
The Seattle District Corps of Engineers is currently seeking sources who may be interested in participating in a competition for the project entitled: Multiple Award Task Order Contract in support of Fort Lewis and Sub-Installations, Washington, Ore gon, Idaho, and Montana. THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR THIS PROCUREMENT TYPE. Interest in this announcement is limited to small business nationwide (small disadvantaged business, women-owned small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business), and to eligible 8(a) firms located in SBA Region 10 (Alaska, Idaho, Oregon, Washington), and 8(a) par ticipants in good standing serviced by a SBA office outside of these states, but having a bona fide branch office in these states. A bona fide branch office is a place of business for purposes of 8(a) construction procurements located where an 8(a) partici pant regularly maintains an office which employs at least one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or other temporary construction sites. The purpose of this notice is to gain k nowledge of potentially qualified prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 236220, and for the purposes of this procurement, a concern is considered a sma ll business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $28.5 million. If adequate response is received, it is the Governments intent to have one MATOC set aside for 8(a)s. NOTE: CONTRACTOR MUST BE ABLE TO BOND FOR THE ENTIRE AMOUNT OF THE PROJECT. Responses to this POTENTIAL SOURCES SOUGHT SYNOPSIS will be used by the Government to make appropriate acquisition planning decisions  see submittal requirements below. A solicitation is currently not available. After review of the responses to this not ice, and if the Government still plans to proceed with the acquisition, a separate solicitation announcement will be published in the FEDBIZOPS. Responses to this POTENTIAL SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation annou ncement. PROJECT INFORMATION: The Seattle District is anticipating to solicit a Multiple Award Task Order Contract(s) (MATOC) for a not to exceed five year period (base period and four optional periods) to support Public Works (PW) at Fort Lewis and its sub-install ations, other military customers supported by Seattle District and limited civil support in Washington, Oregon, Montana and Idaho. The MATOC will accomplish multi-disciplinary maintenance & repair and minor construction work, ranging from $100,000 to $5,00 0,000 per task order with a not-to-exceed amount of $10,000,000 per year (or period) shared among five or less contractors, not-to-exceed $50,000,000 for the base year and all optional periods. Use of the MATOC will provide the Government with a construct ion product delivery method that can accommodate quick and straightforward projects, as well as some complex projects, and can help minimize design effort and related overhead expenditures, as well as handle compressed schedules. Task orders will include some military projects to encompass renovation of facilities, range upgrades, and minor new construction; civil work may encompass renovation of office buildings, minor road repairs, and utility work; and security upgrades for military and civilian facilit ies. Task orders will include a variety of trades such as carpentry, road repair, roofing, excavation, interior/exterior elements, steam fitting, HVAC, plumbing, sheet metal, painting, fencing, demolition, concrete, masonry, asbestos and lead paint abatem ent incidental to construction, and project design. The MATOC will not be used for sole purpose of obtain ing an Architect/ Engineering services only; however, incidental Architect Engineering services maybe needed for some construction projects. The anticipated total project amount is approximately $50 million not to exceed five years. SUBMISSION REQUIREMENTS: Responses to this sources sought synopsis shall provide the prime contractors name, address, and information concerning bonding capacity, to include individual bonding limit, aggregate bonding limit, current on-going projects and their bonding amount, and the name, POC, and phone number of prime contractors bonding company. The responses to this sources sought synopsis may be forwarded to the attention of Erik Lundstrom, Contract Specialist, by email: erik.a.lundstrom@usace.army .mil, or fax 206-764-6817, or mailed to: Seattle District Corps of Engineers, 4735 East Marginal Way South, Attention Erik Lundstrom, Seattle, Washington 98134-2329. Responses should be received as soon as possible, but no later than 12 August 2005. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00861555-W 20050805/050803212457 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.