Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
SOURCES SOUGHT

Z -- IDIQ Multiple Award Task Order Contract (MATOC) for Construction, Renovation, Repairs and Alterations, Preventative Maintenance, and Operations Activiities, as needed for the US Army Corps of Engineer, Galveston District.

Notice Date
2/13/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corps of Engineers, Galveston District, US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-09-S-0011
 
Response Due
3/2/2009
 
Archive Date
5/1/2009
 
Point of Contact
Lucille Smith, 409 766-3845<br />
 
Small Business Set-Aside
N/A
 
Description
Project Title: IDIQ Multiple Award Task Order Contract (MATOC) for Construction, Renovation, Repairs and Alterations, Preventive Maintenance, and Operations Activities, as needed for the U.S. Army Corps of Engineers, Galveston District. The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. This is not a Solicitation Announcement and is not a Request for Proposals; THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE; and does not obligate the Government to any contract award. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business Administration (SBA) certified: 8(a), Hubzone, and Service Disabled Veteran-Owned firms relative to the North American Industry Classification Code (NAICS) 237990 (Other Heavy and Civil Engineering Construction). The Small Business Size Standard is $33.5 million. The Government will use responses to this sources sought synopsis to make an appropriate acquisition decision about soliciting this project as either a competitive Set-Aside for Service Disabled-Veteran Owned firms, 8(a) firms, or HubZone firms; or to proceed with full and open competition as Unrestricted. Award of a Multiple Award Task Order Contract (MATOC) consisting of a base year and two option years is anticipated, with a limitation of approximately $50,000,000.00 for all contracts combined. Work will be performed within the area of jurisdiction of the U.S. Army Corps of Engineers Southwestern Division. Please visit the Southwestern Division (SWD) website at http://www.swd.usace.army.mil/ for information regarding SWD jurisdictional boundaries. PROJECT INFORMATION: Scope of work includes, but is not limited to, construction, renovation, repairs and alterations, preventive maintenance, and operations activities. The contracts are not only intended to execute new construction, design-build and design-bid-build, but to provide a timely response to construction activities consisting of Marine Construction including Lock and Floodgates, Mooring Buoys, Road Construction, Debris/Vessel Removal, Repair/Rehabilitation Construction relating to, but not limited to, civil, mechanical, plumbing, structural, industrial or marine electrical, heating ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection. The work requirements will range from rehabilitation, repair, and maintenance to design and construction. NOTE: (1) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business (SDVO), the contractor shall be required to spend at least 15% of the cost of contract performance incurred for personnel on the concern's employees or the employees of other SDVO in accordance with the Code of Federal Regulation (CFR) PART 125, Sec.125.6, Prime contractor performance requirements, paragraph (b) (2). NOTE: (2) If the decision is to Set-Aside this procurement for HUBZone Small Business, the qualified HUBZone shall be required to spend at least 15% of the cost of contract performance incurred for personnel on the concern's employees'. In addition to CFR PART 125 and in accordance to CFR PART 126, paragraph (b) states that 'In addition to the requirement set forth in Sec.125.6(c), one or more qualified HUBZone Small Business must spend at least 50% of the cost of the contract incurred for personnel on it's own employees or employees of other qualified Small Business concerns. A qualified HUBZone Small Business concern prime contractor receiving a HUBZone contract for general construction may meet this requirement itself by expending 50% of the cost of the contract incurred for personnel on it's employees or it may subcontract at least 35% of the cost of the contract performance incurred for personnel to one or more qualified HUBZone small business concerns. A qualified HUBZone prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUBZone small business concerns. NOTE: (3) If the decision is to Set-Aside for SBA 8(a) program, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials; with it own employees in accordance with Federal Acquisition Regulation 52.219-14. The following information is required: 1. Name of firm with address, phone, fax, e-mail address, and point of contact. 2. State if your firm is a Small Business Administration (SBA) certified 8(a) or Hubzone, or if it is Service Disabled Veteran-Owned. Proof of SBA certification/documentation shall be provided with this response. 3. Provide a letter from your surety identifying single contract bonding limit and aggregate contract bonding capability. 4. Please indicate whether your firm will submit a bid for this project if this project is set-aside for certified 8(a), Hubzone, or Service Disabled Veteran-Owned small business. 5. Qualifications: Responses to this sources sought synopsis shall indicate specialized experience in construction, renovation, repairs and alterations, preventive maintenance, and operations activities. 6. Firms submitting responses shall present their information in a matrix format showing relevant contracts that they have performed which are similar in scope. The matrix shall show the most recent, up to five contracts, that prove you can meet each qualification criteria listed above. Include project number, project location, description of work requirements, and point of contact and phone number for each effort. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by fax, email or mail to U.S. Army Corps of Engineers, Galveston District, Contracting Division, Attention: Ms. Lucille Smith, 2000 Fort Point Road, Galveston, Texas, 77550, Phone (409) 766-3845. The fax number is (409) 766-3010. The e-mail address for Ms. Smith is: lucille.r.smith@usace.army.mil Responses must be received no later than 2:00 P.M. central standard time, on 2 March 2009. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Please visit the FBO Website at www.fbo.gov for the sources sought decision. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the government make the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d05ae430aa278c6a8db2802d036cf4c3&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX<br />
Zip Code: 77553-1229<br />
 
Record
SN01750388-W 20090215/090213215654-d05ae430aa278c6a8db2802d036cf4c3 (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.