Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2010 FBO #3254
MODIFICATION

Z -- Single Award Task Order Contracts (SATOCs) for General Construction and/or Design/Build, SE Region and Nationwide

Notice Date
10/20/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HP-11-S-0001
 
Archive Date
11/19/2010
 
Point of Contact
Laurie S. Infinger, Phone: 8433298081
 
E-Mail Address
Laurie.S.Infinger@usace.army.mil
(Laurie.S.Infinger@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: Questionnaire Submittals are due NO LATER THAN 12:OO NOON (Eastern) THURSDAY, 4 NOVEMBER 2010. The U.S. Army Corps of Engineers, Charleston District, has a requirement for the above subject. This is not a Solicitation Announcement nor a Request for Proposal, nor does it 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 Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification System (NAICS) codes 236210 and 236220. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. Project Information: This Request for Proposal (RFP) solicits for Single Award Task Order Contract (SATOCs) for General Construction and/or Design/Build requirements to be performed primarily in the Southeast Region (North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi, Louisiana, Arkansas, Tennessee, and Kentucky); however, work may also be performed at other Federal Facilities located within the geographic boundaries of the continental United States. The Government anticipates soliciting for two Indefinite Delivery Type Contracts for a one-year base performance period with four additional one-year options. The total value of contract shall not exceed $49,000,000.00. Vertical Construction: Buildings: New construction, rehabilitation, renovation and repair of buildings, building additions, pre-engineered buildings and other structures (e.g. open bay pre-engineered, storage facilities, training ranges, etc.). Building renovations to include: floors, ceilings, walls, windows, doors, painting, electrical & mechanical upgrades, furniture incidental to construction (e.g. workstations), lead, asbestos and mold remediation, interior and/or exterior painting of new and existing facilities, and work incidental to surface deterioration (e.g. patching drywall, replacing siding, trim work, etc). New construction, rehabilitation, maintenance or repair of HVAC systems, plumbing systems, waste water drainage systems, fire alarm, fire protection sprinkler systems, fire suppression systems, back flow preventers, all devices, equipment and components associated with constructing and installing these systems. Roofs: Replacement and repair of roof and roofing systems. Work will include gutters, downspouts, flashing, fascia and soffits. Incidental damage (e.g. ceiling replacement, painting and carpet cleaning) as a result of roof leaks. Anti-Terrorism Force Protection of new and existing facilities: Building and site security for both new and retrofit construction (e.g. site layout, security design, building construction, security equipment, threat development, level of protection, and design constraints and communications). Horizontal Construction: New construction, rehabilitation and repairs of highways, roads, streets, airport runways, concrete aprons, sidewalks, firing ranges, trails, obstacle courses, storm drainage, landscaping, sodding, detection loops, bridges, parking lots, traffic lines, traffic markings, etc. New construction, rehabilitation, maintenance or repair of interior and exterior utility systems and lines. Work may include but not be limited to the following: Interior and exterior high and low voltage electrical lines, communication lines, (telephone & data lines), communication systems, security & security camera systems and cabling, emergency generator systems, etc. Incidental Work: New construction, renovation, rehabilitation repair or demolition services incidental to the tasks performed in any of the above paragraphs. Work includes, but is not be limited to, carpentry, painting, lighting, and similar minor electrical work that may be required to provide a complete, safe and usable facility during and after the course of roofing, mechanical, plumbing or painting services. Testing, reports and surveys associated with new construction, renovation, rehabilitation of, repairs and additions to, buildings (including lead and asbestos), structures, roads (including traffic/pedestrian patterns), drainage systems, mechanical systems and utility systems. Restrictions: Task orders for design only or demolition only shall not be placed against the contract. Notes: Note: (1) If the decision is to Set-Aside this procurement for HUBZone Small Business, the contractor, shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HUBZone Small Business receiving a HUBZONE contract for general construction must perform at least 50% of the contract either itself, or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (2) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) states The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The Contractor shall provide Performance and Payment Bonds within five (5) to ten (10) calendar days after award. The contractor shall begin work within ten (10) calendar days after acknowledgement of the Notice to Proceed. Completion Time for this project will be specified in the individual task order proposals. If the contractor fails to complete the work within the specified number of days, the contractor shall pay liquidated damages to the Government in the amount specified in the contract. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by completing the information requested and submitting it by e-mail or mail to U.S. Army Corps of Engineers, Charleston District, Attention: Laurie Infinger, 69A Hagood Avenue, Charleston, SC 29403, Phone (843) 329-8081, email Laurie.S.Infinger@usace.army.mil. Response must be received no later than 12:00 NOON Eastern Standard Time, 4 November 2010. The following information is required: Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence installing water and sewer line and related structures work. Provide documentation for your firm on past or similar efforts as a prime contractor. Submission Requirements: See the attached project information sheet. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HP-11-S-0001/listing.html)
 
Place of Performance
Address: Southeast; Nationwide, United States
 
Record
SN02313856-W 20101022/101020233920-435de240d9d6cc68dffc88940fb6e552 (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.