Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2008 FBO #2245
SOURCES SOUGHT

Z -- Construction and Services IDIQ Contracts Sources Sought Synopsis/Industry Day Announcement

Notice Date
1/17/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-08-R-0029
 
Response Due
2/11/2008
 
Archive Date
4/11/2008
 
Point of Contact
Ted Kunzog, 540 665-3687
 
E-Mail Address
Email your questions to US Army Corps Of Engineers - Transatlantic Programs Center
(theodore.m.kunzog@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers Transatlantic Programs Center (TAC) is anticipating releasing a new solicitation to award multiple Indefinite Delivery-Indefinite Quantity (IDIQ) Construction and Services Contracts in support of a full range of conti ngency operations for United States (U.S.) Forces, other U.S. Government Organizations and friendly foreign governments in various locations throughout the U.S. Central Commands (CENTCOM) Area of Responsibility (AOR): HTTP://WWW2.CENTCOM.MIL/SITES/ USCENTCOM2/MISC/CENTCOM_AOR.ASPX The solicitation will be open to companies, large or small, U.S. or Foreign composed of single entities, prime contractors with one or more sub contractors or joint ventures/partnerships. As the work will be perform ed outside of the continental U.S. no set asides or socioeconomic preference of any sort will be granted. This contract will provide a vehicle for construction of large projects to include complete bases, bridges, roads, runways, hangers, hospitals or clin ics, barracks, police stations and training facilities and various other types of industrial and military buildings. Small construction projects may include installation of Anti-Terrorism/Force Protection (ATFP) measures such as fencing, vehicle barriers, security lighting, intrusion detection and surveillance systems, physical barriers, and blast and splinter window protection. In addition work related to Entry Control Points (ECP) is anticipated, with structures, equipment, and site improvements includi ng roadways, gatehouses, guard shelters, traffic control devices, search areas, corridor barriers, electronic security systems, security monitoring and access control systems, windows and window treatments and blast protection/mitigation measures. This in cludes general construction supporting these activities (architectural, electrical, mechanical and civil disciplines). To a lesser extent (expected to be less than 25% of total RFPs), services may also be provided such as general building renovatio n, road and pavement repair, installation of equipment, incidental minor construction, design or A-E services, excavation, sitework and landscaping, plumbing, demolition, electrical, structural, mechanical, concrete work, transportation and vehicle/equipme nt rental, life support and base provisioning (cooking, laundry, janitorial services, etc.), as well as the supply of general or specialized labor types. In addition, the contract may provide for general environmental work including, but not limited to, en vironmental remedial work. The work performed will include providing all facilities, plans, labor, transportation, materials, equipment, and the performance of all work necessary to design and complete the project. More than one contract will be aw arded as a result of this solicitation. As individual projects are identified, they will generally be communicated to all of the IDIQ contract holders using a Request for Proposal (RFP). IDIQ Contract holders will provide a short proposal to the Governme nt for each project they are interested in and the Government will award each project as a task order to the IDIQ using a shortened evaluation process. The winning offeror will be required to provide a Bank Letter of Assurance in the amount of 10% of the task order amount or a performance bond or letter of credit for 100% of the task order amount. Although smaller or larger projects may be offered, most should be expected to be between $5 and $50 million. The majority of the projects will be awarded as firm fixed price task orders. Projects that are particularly complex or have greater uncertainties may be offered as some form of a cost reimbursable task order. These will only be offered to those firms demonstrating that they have US Government-approve d accounting and estimating systems; evidence of this will be submitted at the time of initial IDIQ proposal evaluation. IDIQ contracts will be awarded as a ba se year with four one year option periods renewable annually. Total procurement for all contracts combined is expected to exceed $2 billion over five years. To help us craft our solicitation to be more in line with commercial practices, we are host ing an industry day to foster better communication between ourselves and industry. Interested parties are welcome to attend: Industry Day Conference U.S. Army Corps of Engineers Transatlantic Programs Center (TAC) Hampton Inn Winchester-North 1204 Berryville Avenue, Winchester, Virginia, USA 22601 Tel: +1-540-678-4000 Fax: +1-540-678-8277 Thursday, 14 February 2008 at 0900 (Check in begins at 0830) Please confirm your attendance and indicate any thoughts on topics you wo uld like to discuss with us by contacting Deborah Brown at: Deborah.A.Brown@usace.army.mil By Monday, February 11, 2008 As an alternate to attending our Industry Day, please submit the following questionnaire or otherwise provide us with your comments: Would you be able to perform projects throughout the geographical region we have specified? Would you be willing to perform work in all the locations of the region including areas across Afghanistan and Iraq? We wish to award IDIQ contracts to companies that are willing to work in as many different locations as possible and provide an offer on most or all of our Request for Proposals (RFPs). In this regards, we are considering not renewing the option years for firms that do not propose on most or all of our RFPs. Is that a reasonable requirement? Are you able to perform the services we envision as well as construction? Is it reasonable to include environmental services? Will obtaining the performance bon ds or letters of credit pose a problem for you? We desire well over 75% of our RFPs to result in firm fixed price contracts. What can we do to make these more attractive to you? What would be a reasonable annual minimum guarantee? Do you have any other suggestions for us to help ensure the work we specify is completed as expeditiously as possible at a fair and reasonable price? Please submit your questionnaire and any other comments to Brown at: Deborah.A.Brown@usace.army.mil by Monday, February 11, 2008 This synopsis is for information and planning purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will NOT reimbur se the contractor for any cost associated with preparing or submitting a response to this notice.
 
Web Link
USACE Transatlantic Programs Center
(http://www.tac.usace.army.mil/)
 
Place of Performance
Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
Country: US
 
Record
SN01487789-W 20080119/080117224329 (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  © 1994-2020, Loren Data Corp.