Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
SOURCES SOUGHT

Y -- Multiple Award Task Order Contract in support of Horizontal Design Build Projects, Primarily for use by the Los Angeles District, Corps of Engineers.

Notice Date
4/21/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-10-S-0002
 
Response Due
5/11/2010
 
Archive Date
7/10/2010
 
Point of Contact
lucia.a.carvajal, 213-452-3240
 
E-Mail Address
USACE District, Los Angeles
(lucia.a.carvajal@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought announcement is part of a market survey for information only, to 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 WILL BE AWARDED FROM THIS SYNOPSIS. The US Army Corps of Engineers, Los Angeles District is seeking sources for a Multiple Award Task Order Contract in support of Horizontal Design Build Projects primarily within the Los Angeles District but can also be used within the South Pacific Division of the USACE (CA, AZ, NV, UT, and NM). The maximum NTE value is $49,999,000 or Sixty (60) Months whichever occurs first. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of the various members of the community of general contractors. The Government must ensure that there is adequate competition among the potential pool of available contractors. Construction services will consist of design and construction of various horizontal type projects, including but not limited to fencing, roads, railroads, aqueducts, flood control channels, flumes, pipelines, utility lines, water supply, storm drainage, power transmissions lines, and may include mechanical, structural, environmental, and electrical disciplines. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Small Business Size Standard for this acquisition is $33.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is no required for submitting a response under this sources sought synopsis. All technical evaluation factors have not been determined at this time. Past Performance will be an evaluation factor. Prospective prime contractors interested in this synopsis must respond to the following questions. Responses shall be limited to 5 pages. 1.Offerors names address point of contact, phone number and email address. 2.Offerors interest in bidding on the solicitation when issued. 3.Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute the design and construction, experience of the prime design contractor as well as any major design subcontractor experience may be submitted; comparable work performed within the past 5 years, and brief description of project, customer satisfaction, and dollar value of project) provide at least 3 examples. Please note: Work Plans accomplished under Performance Oriented Construction Activity Contracts (POCA contracts) do not constitute design build experience. Such experience will not be accepted as Design Build. 4.Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned, 8(a)). 5.Offerors joint venture information, if applicable, existing and potential. 6.Offerors bonding capability (construction bonding level per contract and aggregate construction bonding level, expressed in dollars). 7.Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Interested offerors shall respond to the Sources Sought Synopsis no later than 2:00PM (local time) May 11, 2010. Please submit your response to USACE-Los Angeles District, ATTN: Contracting Division-West Region Branch, c/o Lucia a. Carvajal, 915 Wilshire Blvd, Suite 1040, Los Angeles, CA 90017. Email or facsimile transmission responses will not be considered or accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-10-S-0002/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02127844-W 20100423/100421234518-15b780ad582a692ba5f9e667e5ca2583 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.