Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOURCES SOUGHT

Y -- Design/Build Construction Services and/or Construction Services, Various Locations, Including Alaska, Hawaii, Japan and Korea (Regional MATOC)

Notice Date
8/11/2005
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-05-R-0034
 
Response Due
9/12/2005
 
Archive Date
11/11/2005
 
Small Business Set-Aside
N/A
 
Description
1. REQUEST FOR INFORMATION: The ALASKA DISTRICT CORPS OF ENGINEERS requests information about the interest and capability of potential offerors for the requirement described below. Interested parties are requested to complete a questionnaire regar ding your business category, capability, and other information that is found at the end of this announcement. The purpose of this request for information is to achieve maximum competition, fulfill agency commitment to utilize small and small disadvantaged business concerns, and to simplify and reduce lead-time for the procurement of agency requirements through the use of a Regional Multiple Award Task Order Contract (MATOC). 2. PROPOSED REQUIREMENT: THE ALASKA DISTRICT CORPS OF ENGINEERS plans to solicit offers for Design-Build Construction Services and/or Construction Services, Various Locations, including Alaska, Hawaii, Japan, and Korea, classified under NAICS category 2 36. Services planned to be obtained under this solicitation include design-build construction or construction from Government-furnished design to include but not limited to military family housing; barracks and dormitories; administrative, operations and t raining facilities; industrial facilities; and emergency/disaster contingency construction, in any area within the geographical regions of Alaska, Hawaii, Japan, and Korea. The solicitation will be issued on or about October 2005. Selection will be based on evaluation factors and price. A multiple schedule Indefinite Delivery-Indefinite Quantity Type (IDIQ) contract is anticipated. Schedule A is for unrestricted requirements for the Alaska region. Schedule B is restricted to qualified small disadvanta ged business set-aside concerns for the Alaska region. Schedule C is for unrestricted requirements for the Hawaii region. Schedule D is restricted to qualified small disadvantaged business set-aside contractors for the Hawaii region. Schedule E and F is restricted to host-nation contractors or those concerns authorized to conduct business, in Japan and Korea, respectively. Note: Offerors (large, small business, small disadvantaged business entities, and qualified set-aside small disadvantaged entities may submit proposals for unrestricted Schedules A and/or C. Qualified set-aside small disadvantaged business concerns may submit proposals for restricted Schedules B and/or D. a. Schedule A - Unrestricted, Alaska Region shall consist of a 3-year base period of performance with 2 one-year option periods of performance valued between $500,000,000.00 to $700,000,000.00. Multiple awards are anticipated for Schedule A with two or mo re contract awards for large, small business, or small disadvantaged business contractors. b. Schedule B  Restricted to Set-Aside Small Disadvantaged Business Concerns, Alaska Region shall consist of a 3-year base period of performance with 2 one-year option periods of performance valued between $200,000,000.00 and $280,,000,000.00. Multiple a wards are anticipated for Schedule B with two or more contract awards to be made to qualified set-aside small disadvantaged business contractors. c. Schedule C - Unrestricted, Hawaii Region shall consist of a 3-year base period of performance with 2 one-year option periods of performance valued between $150,000,000.00 and $300,000,000.00. Multiple awards are anticipated for Schedule C with two or m ore contract awards for large, small business, or small disadvantaged business contractors. d. Schedule D  Restricted to Set-Aside Small Disadvantaged Business Concerns, Hawaii Region shall consist of a 3-year base period of performance with 2 one-year option periods of performance valued between $30,000,000.00 and $50,000,000.00. Multiple awar ds are anticipated for Schedule D with two or more contract awards to be made to qualified set-aside small disadvantaged business contractors. e. Schedule E, Japan Region shall consist of a 3-year base period of perform ance with 2 one-year option periods of performance valued between $10,000,000.00 and $50,000,000.00. Multiple awards are anticipated for Schedule E with two or more contract awards, for host-nation contractors in Japan. f. Schedule F, Korea Region shall consist of a 3-year base period of performance with 2 one-year option periods of performance valued between $100,000,000.00 and $200,000,000.00. Multiple awards are anticipated for Schedule F with two or more contract awa rds, for host-nation contractors in the Republic of Korea. 3. HOW TO RESPOND TO THIS SURVEY: This is not a request for proposal. You may respond to this request for information by completing the following survey. Responses received within 30 days of the posting of this survey will be used in formulating the acquisition strategy for this requirement. Provide responses to James E. Holloway, Contract Specialist, via e-mail at james.e.holloway@poa02.usace.army.mil. If you have any questions regarding this survey you may call Mr. Holloway at 907-753-2528. Survey Questions for firms, if applicable, classified under NAICS category 236 and other interested parties: 1. What is your business category? Certified 8(a) , Tribal, Native, Alaska Native Corporation, and Native Hawaiian Organization ____ _______, Disabled Veteran Owned Small Disadvantaged Business, HubZone, Small Business (under $28.5 million) ________ L arge Business (over $28.5 million) Host-nation Japanese Firm________ Host-nation Korean Firm______ Other (explain) ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ 2. Does your firm have sufficient bonding capacity? a. For Schedule A? $60 million single project? Yes _____ No _____ N/A______ $120 Million aggregate? Yes _____ No ______ N/A_____ b. For Schedule B $10 million single project? Yes _______ No ____ N/A_____ $20 million aggregate? Yes_________ No ______ N/A_____ c. For Schedule C? $60 million single project? Yes _____ No ______ N/A_____ $120 Million aggregate? Yes _____ No ______ N/A_____ d. For Schedule D $10 million single project? Yes _______ No ______ N/A_____ $20 million aggregate? Yes_________ No ______ N/A_____ c. For Schedule E? $10 million (US Dollars) single project? Yes _____ No ______ N/A______ $20 Million aggregate? (US Dollars) Yes _____ No ______ N/A______ d. For Schedule F $10 million single project? (US Dollars) Yes _______ No ______ N/A______ $20 million aggregate? Yes_________ No ______ N/A______ 3. Does your firm have the resources to manage construction for more than one Task Order for a Schedule A and C awards in multiple regions (Alaska and Hawaii)? Yes ______ No ______________ For Schedule B and D? Yes ______________ No _________________ 4. Does the solicitation described in this announcement present barriers that would prevent or discourage your firm from participating? Please describe. 5. Please provide any comments or information you may have regarding this announcement.
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN00868463-W 20050813/050811212623 (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  © 1994-2020, Loren Data Corp.