Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
SPECIAL NOTICE

Y -- Design-Build Indefinite-Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) within the Caribbean Basin.

Notice Date
3/17/2010
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-10-Z-0015
 
Archive Date
6/15/2010
 
Point of Contact
Karla M. Garcia, 904 2321433
 
E-Mail Address
USACE District, Jacksonville
(karla.m.garcia@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include HubZone, Section 8(a), and Service-Disabled Veteran-Owned Small Business (SDVOSB). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. If the Government does issue a solicitation, it will be assigned a Procurement Identification Number such as W912EP-10-R-XXXX. ***PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCE SOUGHT SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS PROJECT*** ***INTERESTED CONTRACTORS MUST SUBMIT A LETTER OF CURRENT BONDING CAPACITY FROM AN ACCEPTABLE SURETY/BONDING COMPANY. SEE (5) BELOW. THE INFORMATION SUBMITTED WILL BE CONSIDERED FOR RESONABLENESS CONSIDERING THE MAXIMUM TASK ORDER AMOUNT FOR THE POOL AND THE OFFERORS ABILITY TO SECURE ADDITIONAL BONDING PROTECTION.*** Description of Work: Task Orders placed under this MATOC includes, but is not limited to demolition, construction, renovation and repairs. The contracts are not only intended to execute new construction, design-build but to provide timely response to remediation of real and personal property facilities, e.g. maintenance, repair and construction related to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating ventilation and air conditioning (HVAC), fuel systems, instrumentation, anti-terrorism and force protection. Other tasks may include carpentry, painting, masonry and roofing, asbestos and lead-based paint abatement as necessary for each individual task order. Orders may be issued solely for construction services or for design/build services. No orders will be issued for design services only. The life of this contract will be for a base period of three (3) years with two (2) one-year options or $50M; whichever occur first. Task orders issued under this MATOC can require performance of work anywhere within the Caribbean Basin, including Bahamas, Turks and Caicos, Puerto Rico, Virgin Islands, Bermuda, Haiti, Dominican Republic, Cuba, Jamaica, Caymen Islands and all the Windward Islands. Please provide a Statement of Capability (SOC) stating your skills, experience and knowledge required to perform the specified type of work. This SOC should be a brief description of your companys capability and include, at a minimum: (1) your intention to submit a proposal on this project when it is formally advertised; (2) verification that your company is a certified SDVOSB; (3) brief description of your companys capabilities; (4) brief references of jobs your firm has performed within the past three years on similar type work (include as a minimum the project title, type of work, and the magnitude of construction); and (5) A letter of current bonding capacity from an acceptable surety/bonding. The letter shall address the offerors bonding capacity 1) For an individual task order 2) Aggregate bonding capacity. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Responses to this Sources Sought Synopsis must be received not later than April 06, 2010 and shall be sent to the attention of Ms. Karla M. Garcia by fax at (904) 232-2748; or via e-mail to Karla.M.Garcia@usace.army.mil; or by mail to U.S. Army Corps of Engineers, Contracting Division, CESAJ-CT-C, 701 San Marco Blvd., Jacksonville, Florida 32207. The submission of this information is for planning purposes only. The Jacksonville District Corps of Engineers does not intend to award a contract on the basis of this Request for Information nor otherwise pay for the information solicited. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code is 236220 and the Small Business size standard for construction is $33.5 million. ***FOR SDVOSB JOINT VENTURES, SEE FEDERAL ACQUISITION REGULATION (FAR) 19.1403. IF A SDVOSB JOINT VENTURE IS CONTEMPLATED, THE JOINT VENTURE MUST COMPLY WITH FAR 19.1403. TO BE CONSIDERED RESPONSIVE TO THIS SOURCES SOUGHT, A SDVOSB JOINT VENTURE MUST COMPLY WITH (5) ABOVE*** ***For performance of work requirements for Service-Disabled Veteran Owned Small Business see Federal Acquisition Regulation (FAR) 19.1405, 19.1407 and 52.219-27***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-10-Z-0015/listing.html)
 
Record
SN02094805-W 20100319/100317234809-ef771936ba2c7b5032846bd18a69562a (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.