Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOURCES SOUGHT

56 -- SOURCES SOUGHT SYNOPSIS FORCourse of Action # 3Indefinite Delivery Contract for Construction Phase Services for the Fort Worth District Corps of Engineers with secondary performance throughout the Southwestern Division

Notice Date
9/4/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-09-R-0201
 
Response Due
9/20/2009
 
Archive Date
11/19/2009
 
Point of Contact
Nathan J Fry, 8178861158
 
E-Mail Address
US Army Engineer District, Fort Worth
(nathan.j.fry@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS FOR Course of Action # 3 Indefinite Delivery Contract for Construction Phase Services for the Fort Worth District Corps of Engineers with secondary performance throughout the Southwestern Division This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Fort Worth District has been tasked to solicit for award procurements to provide construction phase services procured using service contract procedures. Proposed procurements will be approximately six(6) firm fixed price, Indefinite Delivery Contracts (IDCs). The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information 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 industry including but not limited to large business, small business to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of providing Construction Phase Services required to support Department of Defense construction programs managed by the USACE on military installations primarily in the Fort Worth District, but also within Southwestern Division. It also could include support of Civil Works and International & Interagency Support (IIS) in the same areas. The performance area includes all of TX, OK, AR, northern LA (specifically Fort Polk), and southeast NM (specifically White Sands Missile Range WSMR). The anticipated requirement for services will generally be supporting the Fort Worth District Construction program. These services will be for construction project administration and construction quality assurance services. These services will not be procured using Brooks Act procedures. The cumulative identified need is for Construction Phase Services totaling $63,000,000; however, it is anticipated that task orders will not exceed the range of $200k-5M for all contracts valued at $20M or lower. The anticipated task orders will not exceed the range of $200k-10M for all proposed contracts over $20M. Firms must have the ability to perform up to 3 task orders simultaneously only on the greater than $20M contracts. This will support the Civil Works and Military Construction Programs in fiscal years FY10, FY 11, FY12, FY13 & FY14. The total estimated value of each contract is as follows: $25M primarily in the San Antonio area, $10M primarily in the Ft Bliss area, $10M primarily in the Ft Hood area, $5M primarily in the Ft Hood area, $10M primarily in the Fort Polk area, and $3M primarily in the San Antonio area. The period of performance is expected to be 5 years. The Government is requesting that interested members of Industry furnish the following information: (1) Company name, address, point of contact, telephone number, and email address. (2) Type of Business Community member-large business, small business (SB), Section 8(a), HUB-Zone, SDVOSB under the North American Industry Classification System (NAICS) code 541330, which contains a size standard of $4,500,000. Interested contractors shall submit a brief statement of qualifications (not to exceed five (5) pages). The statement of qualifications shall include: 1. Identify firms interest in submitting a proposal 2. Provide three examples of work performed within the past 5 years of firms capability to perform on contracts of this magnitude and scope. Include only those projects on which your firm was the prime designer. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project.. 3. Identify firms type of business and business size. 4. Identify intent to team, and, if possible, the anticipated teaming arrangement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The anticipated synopsis issue date is on or about 20 Oct 2009. The award will be based on the best value for the Government. The Fort Worth District is issuing a total of five Sources Sought (SS) synopsis for design and construction management services. There are two design SS-one for general design services and the other for medical facility specific design services. The other three SS are for construction phased services. The first one identified as Course of Action (COA) # 1- is all inclusive of labor categories ranging from engineers to construction representatives procured using Brooks Act procedures. COA # 2 is for only construction phase services-professional staffing- procured using Brooks Act procedures. COA # 3 is for only Construction contract administration & quality assurance type staffing procured via a service contract (not Brooks-Act procedures). The Government may either pursue COA # 1 or COAs # 2 & 3. All submittals received will be reviewed for informational purposes. SWF reserves the right to independently verify all information submitted. Under FAR 52.219-14, limitations on subcontracting: the prime contractor must perform at least 50% of the cost of the contract incurred for personnel by employees of the concern. Existing and potential Joint Ventures, Mentor Protge, and teaming arrangements are acceptable and encouraged. Submittals may be made individually or a prospective team. All interested firms must be registered in CCR to be eligible for award of Government contracts. E-mail submittals to Mr. Nathan J Fry, nathan.j.fry@usace.army.mil. Submittals are requested by 20 Sept 2009 (2:00 PM CDST) Telephone responses and inquires will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-09-R-0201/listing.html)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN01941733-W 20090906/090905000915-a66d5069fe98e44817e459103ecee83d (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.