Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOURCES SOUGHT

Y -- Single Award Task Order Contract (SATOC) for Design Build/Design-Bid-Build Construction and Renovation of Schools for the Department of Defense Education Activity (DoDEA) in Northern Virginia and Delaware

Notice Date
12/16/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-11-R-0006
 
Point of Contact
Lynn M. Tanno, Phone: 757-201-7839, Debora S Gray, Phone: 757-201-7551
 
E-Mail Address
Lynn.M.Tanno@usace.army.mil, debora.s.gray@usace.army.mil
(Lynn.M.Tanno@usace.army.mil, debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Norfolk District, Corps of Engineers is contemplating a Single Award Task Order Contract (SATOC) for construction projects for the Department of Defense Education Activity to cover West Point, New York, and Hanscom Air force Base, Massachusetts. A SATOC is an Indefinite Delivery Contract with one awardee. Actual work is awarded through task orders. This SATOC will consist of a one-year base period plus four option periods. The total maximum amount the Government will order under this contract will not exceed $200,000,000.00. The guaranteed minimum will be met with the issuance of the first task order. The task orders awarded under the proposed SATOC are for a wide range of Design-Bid-Build and Design-Build construction projects, and are mostly for construction of new schools, but will also be used to award task orders for renovations and additions to existing schools. New schools will accommodate grades K-12, and the effort will include demolition of existing facilities and site work. The school facilities shall have paved parking and driveways, masonry or concrete veneers, fencing, bus and parent drop off with entrances and signs, heating ventilation and air-conditioning, energy efficient systems and equipment, landscaping, traffic/street signs, driveways, building and site lighting, recreational areas, play lots with play equipment, and walkways. The school will also include fire protection systems and alarm systems, smoke and carbon monoxide detectors, a public address system, Anti-Terrorism and Force Protection measures, handicapped accessibility, sustainment measures, reduced energy use measures, and underground utilities services. The Government will award the SATOC based on Price and Non-Price evaluation factors. Non-Price factors combined are significantly more important than price. Non-price factors are Past Performance; Past Relevant Experience (D-B-B and D-B); Technical Approach. The NAICS Code is 236220 for work specified in this sources sought, with a small business size standard of $33.5 million. We are requesting that all interested and qualified small business firms respond to this sources sought with a capability statement similar to your marketing package used in everyday business. Please specify your small business type (Hubzone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), etc.). The Government will utilize the following information in determining acquisition strategy: (1) how your company is uniquely capable and qualified to handle projects of similar scope, and complexity of the above described work; (2) summarize your past performance on projects completed similar to the project outlined above. The list of relevant projects shall include names of company, point of contact, phone and fax, project scope, type of contract and unique characteristics encountered within the execution of the contract; (3) bonding; provide your bonding capacity per contract. Please note that 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. Your capabilities statement must be submitted in written format to U.S. Army Corps of Engineers, Norfolk, ATTN: Contracting Office, Lynn Tanno, 803 Front Street, Norfolk, VA 23510-1096. The capability statement must be submitted no later than 7-Jan-2011 at 12 noon eastern standard time. Limit briefing package to 10 pages. This sources sought should not be construed in any manner to be an obligation on the US Army Corps of Engineers, Norfolk District part to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. Point of Contact is Lynn M. Tanno, (757)201-7839; email: Lynn.M.Tanno@usace.army.mil; Fax (757)201-7183.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-11-R-0006/listing.html)
 
Place of Performance
Address: Dover AFB, Delaware; Quantico, Virginia; Dahlgren, Virginia; Marine Corp Base, Quantico, Virginia., United States
 
Record
SN02345247-W 20101218/101216233909-83c9ab2c755d1b16db253cb6168ca7d1 (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.