Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2008 FBO #2312
SOURCES SOUGHT

Y -- Firm Fixed Price IDIQ Multiple Award Task Order Contracts (MATOCs) required to support Military Construction Projects assigned to the U.S. Army Corps of Engineers Southwestern Region (primarily for the Fort Worth District)

Notice Date
3/24/2008
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-08-SFW89
 
Response Due
3/28/2008
 
Archive Date
5/27/2008
 
Point of Contact
amy.powell, 817-886-1025
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(amy.r.powell@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Synopsis announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS , this synopsis is a correction to the NAICS code which was previously posted as 236220. THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. North American Industrial Classification SYSTEM CODE APPLICABLE TO THIS PROJECT IS 238910, SITE PREPARATON CONTRACTO RS, which has a size standard of $13,000,000 in average annual receipts and corresponds to SIC Code 1794. This code will represent the majority of the work under this requirement. No reimbursement will be made for any costs associated with providing inform ation in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community, Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contracts. Up to FIVE (5) contracts may be awarded for a total small business pool of approximately $160 million. Any future announcement for a contract(s) from this information will be for Infrastructure Construction required to support Military Construction Projects within the Southwest R egion (primarily for the Fort Worth District). The Southwest Region refers to the geographic area encompassed by following states  AR, AZ, CA, LA, NM, NV, OK, and TX. Government is seeking qualified, experienced sources capable of performing infrastruct ure construction work, on raw land, to support the military projects within, but not limited to, the Southwest Region (primarily the Fort Worth District). a. Scope of Work: The general over all scope of work of this acquisition is intended to prov ide for construction site infrastructure work to include (but not limited to) constructing the site development and utilities for facilities located within the geographic boundaries of the Southwest Region. The primary location for work under this contrac t is Fort Bliss, Texas, for the Heavy and Infantry Brigade Combat Team Complexes, and White Sands Missile Range, NM for Brigade Combat Team Complex. The work and responsibilities will include all planning, programming, administration, and management neces sary to provide all infrastructure construction work specified. The work will be conducted in strict accordance with the contract and all applicable Federal, State, and Local Laws, Regulations, Codes, and Directives. The work will also provide related se rvices such as preparing and submitting required reports, performing administrative work, and submitting necessary information as specified under the contract and within each individual task order. The site development and utilities involves all aspects a nd a wide range of site work that includes (but not limited to) connections to and distribution of all utility systems: potable water with storage tanks and pump stations, sanitary sewer with lift stations, natural gas, electrical, storm drainage, and info rmation system infrastructure. Also includes fencing, paved roads, sidewalks, clearing and grubbing, erosion control measures, landscaping, tank trails, Anti-Terrorism/Force Protection, demolition, and earthwork which includes cut and fill and excavation of borrow material. b. Nature of Work: The construction work necessary for the requirements will be procured through a RFP negotiated process where evaluation criteria may be schedule, performance on current task orders, workload, etc. This list is n ot all inclusive and may change could change on each task order. Task order will be awarded as Construction Task Orders. The Construction MATOC Contractor sha ll furnish all labor, materials, equipment, and supervision required to fully complete each task order. c. Program Intent: The execution of the site infrastructure work under the Military Construction will be accomplished utilizing Multiple Award Task Order Contracts (MATOC), while utilizing the specifications and drawings developed from a Land Development Engineer (LDE). The LDE will be a significant part of the Governments Military Construction Program delivery team. d. Additional Program Informa tion: Much of the work will be at Fort Bliss, Texas, and White Sands Missile Range, NM. Anticipated projects are primarily site work development of the Military Construction Program executed within Southwest Region (Primarily for the Fort Worth District). It is anticipated that multiple projects may be awarded simultaneously to the selected construction companys. The companys shall demonstrate adequate team capacity to coordinate, construct, and manage multiple task orders concurrently to meet required milestones. The Government anticipates the majority of the task orders to range over $250,000.00. The Government is requesting that members of the Small Business Community interested furnish the following information: (1) Company name, address, point of contact, telephone number, and email address. (2) Type of Small Business Community member (Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), and Service Disabled Veteran Owned (SDVOSB), (3) Provide a general statem ent of your capabilities and demonstrate the capacity to perform the work, (4) Demonstrate specialized experience and technical competence in the construction of site development over $5 million and demonstrate a minimum of three examples within the past 5 years. Include name, address, telephone number, and email address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work de scribed in this announcement. (5) Construction Firms are required to demonstrate the capability to complete the work.(6) Construction Firms, including joint ventures, will be required to show that they can perform all aspects of the work, either by their i n-house capabilities or through their subcontractors capabilities. Please include your Cage Code. THIS NOTICE FOR INFORMATION ONLY (NO PROPOSAL IS REQUIRED AT THIS TIME). The information you are submitting are responses to the above six questions. ALL TIMELY SUBMITTALS RECEIVED FROM THE SMALL BUSINESS COMMUNITY WILL BE CONSIDERED. Existing and potential Joint-Ventures, Mentor Prot?g?, and teaming arrangements are acceptable and encouraged. For assignment of DUNS number, contact the Dun and Bradst reet office at 1-866-705-5711 or via the Internet at http://www.dnb.com). The DUNS procedures replace the previous ACASS system/procedures. All contractors, to be eligible for award of a Government contract, MUST be registered in CCR prior to submitting a proposal in response to an actual FedBizOpps Announcement. Contractors may register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1.888.227.2423. E-Mail responses to this request ar e preferred and should be sent to: ATTN: Amy Powell at: amy.r.powell@usace.army.mil 817.886.1025 Or fax responses to 817-886-6403. ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL. The due date and time for responses to this announcement is 2 :00 pm (Central Time) Fort Worth, TX, on March 28, 2008. Point of Contact is Amy Powell (817) 886-1025.
 
Web Link
US Army Corps of Engineers, Fort Worth District
(http://ebs.swf.usace.army.mil)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01540061-W 20080326/080324224834 (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.