Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOURCES SOUGHT

Z -- SOURCES SOUGHT for Fort Polk and England Air Park, LA Indefinite Delivery/Indefinite Delivery Multiple Award Task Order Contract. Unrestriced and set-aside pools.

Notice Date
5/2/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Little Rock, USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S-08-R-6005
 
Response Due
5/16/2008
 
Point of Contact
Arthur J Brown, Phone: 501-324-5720
 
E-Mail Address
aj.brown@us.army.mil
 
Small Business Set-Aside
N/A
 
Description
This is an update of a SOURCES SOUGHT SYNOPSIS issued November 2007 for US Army Corps of Engineers Ft Worth District. No proposal are being requested or accepted with this synopsis. The sources sought synopsis was for two separate Indefinite Deliver Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC). This request seeks information only. The Little Rock District, US Army Corps of Engineers has assumed responsibility for issuing a solicitation and procuring a resulting contract. The IDIQ MATOCs are designed to provide for Design-Build, Design-Bid-Build, construction involving Operations and Maintenance Army, Unspecified Minor Military Construction, additions, alterations, maintenance, and repairs of commercial and institutional buildings and related structures. The awarded contracts will provide construction services covering the next 5 years. The strategy provides contracting support primarily for Fort Polk and England Air Park, Louisiana and secondarily for military and civil projects within US Army Corps of Engineers Southwestern Division Geographical Boundaries. Proposed construction projects will result in issuance of solicitation that will result in two separate MATOC awards with up to 3 qualified 8(a) concerns, Service-Disabled Veteran-Owned Small Businesses or HUBZone Small Business concerns. The type of set-aside categories in this solicitation set aside for small business will depend on responses to this source sought synopsis. The second solicitation will be issued on an unrestricted basis. The total capacity under both resulting contracts is an estimated $125,000,000 (base year with four (1) year options) of which $70,000,000 will be applied to the unrestricted MATOC pool and $55,000,000 to the set-aside MATOC pool. The Government must ensure that there is adequate competition among the potential pool contractors. Construction to be performed under FFP, IDIQ MATOC will consist of anticipated task order construction projects for Installation Support, Fort Polk, Louisiana and Military and Civil projects within the Southwestern Division Geographical Boundaries. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard for this acquisition is $31 Million. Federal Supply Code is Z300, Maintenance, Repair-Alteration Restoration. Limitation on Subcontracting applies. The small business successful offeror(s) are required to perform at least 15% of the contract work with their own employees not including cost of materials. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 11 Jun 2008 with the proposal due date 14 July 2008. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: Offerors name, address, point of contact, phone number, and e-mail address. Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute design construction, comparable work performed within the past 5 year brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project.) Offerors Business Size (whether HUBZone, Service-Disabled Veteran Owned Small Business, or 8(a), Offerors Bonding Capability (construction bonding level per contract and aggregate in dollars). The minimum bonding capacity is $1,000,000 per task order. Interested offerors shall respond to this Sources Sought Synopsis no later than 4:00 pm (CST), 16 May 2008. Mail, fax or email your responses to Mr. A.J. Brown, Contracting Officer, US Army Corps of Engineers, Little Rock District, 700 West Capitol Avenue, P.O. Box 867, Room 7315, Little Rock, AR 72203-0867, FAX number (501) 324-5196, email: AJ.Brown@US.Army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=81235c9c2fbb0c73acf30d91fab85c9c&tab=core&_cview=1)
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN01566168-W 20080504/080502220744-81235c9c2fbb0c73acf30d91fab85c9c (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.