Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2005 FBO #1480
SOURCES SOUGHT

Y -- Sources Sought Announcement for Multiple Award Task Order Contracts (MATOC) for D-B Construction Projects for the Dept. of Commerce (DOC) Nat'l Oceanic Atmospheric Admin (NOAA) Western Region Acq Div

Notice Date
12/13/2005
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
Reference-Number-AB133A-06-SS-0001
 
Response Due
12/23/2005
 
Archive Date
1/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE: This is a request for information only. The information provided in response to this notice will assist the Government in determining the extent of the small business and socio-economic market for the type of work described herein. The intent of the announcement is to identify sources that are qualified Small Business concerns, including Small Business, Small Disadvantaged, Women owned and Veteran Owned firms for a Multiple Award Task order Contract (MATOC) for the Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division (WRAD). The MATOC will be a Construction contract with Design capabilities. The MATOC will be an Indefinite-Delivery Type Contract awarded to at least 3 but not more than 5 contractors with a Joint Total Acquisition Value (JTAV) of $50M. The MATOC will be for a base period of 5 years with no option periods. Individual Task Orders issued under the resultant contracts will be competed amongst the awardees, unless exempted under FAR 16.505. The various facilities repair, rehabilitation, remodeling and major construction projects for this solicitation may include, but are not limited to, laboratories, weather forecast offices, administrative offices, docks, piers, public visitor centers and other NOAA and DOC owned facilities. The majority of the work will be for projects located west of the Mississippi of the United States. Projects which may be procured through this solicitation may be located in, but not limited to, the states of Washington, California, Colorado, Wyoming, Montana, Oregon, Utah, Alaska, Hawaii, Louisiana, Texas, Mississippi and Florida. Firms that respond to this announcement must demonstrate their ability to provide full construction and design service capabilities. Bid bond capacity will be required to be submitted on each project in the amount of 20% of the total proposed price or $3M, whichever is less. The estimated average price range of most projects could be anywhere between $100,000 to $5,000,000. The types of work to be accomplished may include, but are not limited to design-build and/or construction with incidental design of biology laboratories, chemical laboratories, special use laboratories, office and administrative buildings, interior design and furnishings, docks, piers, bulkheads, seawater tanks and supply systems, piping and utility systems, sewers, water supply systems, fire detection and fire sprinkler systems, building renovation, power supply systems, electrical renovations, mechanical piping systems, lab gas systems, ventilation hoods and devices for laboratories, HVAC systems, emergency power systems, UPS systems, demolition of buildings, housing, weather forecast offices and other facilities. Investigation, studies and design services incidental to building design and construction may also be included. The types of skills required may include, but are not limited to, estimators, CADD operators, draftsmen, superintendent, industrial hygienist, architect, interior designer, environmental engineer, structural engineer, mechanical engineer, electrical engineer, civil engineer, geologist, truck driver, equipment operators, laborer, electrician and other construction tradesmen. Specific needs will not be known until projects are determined. The NAICS code is 236220 with a size standard of $28.5M. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. Interested firms should submit in writing, its name, address, point of contact, telephone number, business type and size and a brief synopsis regarding its capability to provide the required Construction and Design services. The following is the information that must be addressed in the response to assist the Government in determining the availability of qualified small business concerns for the requirement: 1) Demonstrate construction experience similar to the above listed projects or projects of similar complexity; 2) Demonstrate that the firm possess either internally or as a member of their team/joint venture, a full services licensed architect-engineer design team with experience similar to the above listed projects or projects of similar complexity. Also, state if teams or joint venture have worked on previous projects or if the team/joint venture would be assembled for this solicitation; 3) A list of at least 5 but no more than 10 projects, which are similar in size and complexity of those listed above with points of contact from the customer; 4) Demonstrate the ability to operate outside of the firms home office immediate area; 5) Demonstrate the ability to manage multiple projects simultaneously. It is the government intent to analyze responses from firms which can operate in the areas of consideration as specified above. In the event that firms are not considered qualified in these locations, the government may seek firms which can provide the required services nationally. Detailed information must be submitted by mail to the U.S. Department of Commerce, NOAA, WRAD, 7600 Sand Point Way N.E., Seattle, WA 98115-6349, ATTN Rose N.S Olds, or to the email address below by 12:00 noon, January 6, 2006. Questions of any nature may be addressed to rose.n.olds@noaa.gov. NO TELEPHONE INQUIRIES WILL BE HONORED.. NOTE: The Point of Contact for this sources sought is as follows. Point of Contact: Rose N.S. Olds, Contract Specialist, Phone 206-526-4395, Fax 206-527-6936, email Rose.N.Olds@noaa.gov PLEASE DISREGARD the Point of Contact Information that references Sharon Kent.
 
Place of Performance
Address: The majority of the work will be for projects located West of the Mississippi of the United States, and Florida.
 
Record
SN00950710-W 20051215/051213211757 (fbodaily.com)
 
Source
FedBizOpps 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.