Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2011 FBO #3634
SOURCES SOUGHT

Y -- IDIQ General Construction East of Cascades to include WA, OR, MT and ID

Notice Date
11/4/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-12-R-0006
 
Response Due
11/18/2011
 
Archive Date
1/17/2012
 
Point of Contact
Maria Colville, (206) 764-6070
 
E-Mail Address
USACE District, Seattle
(maria.a.colville@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING CONTRACT FOR General Construction Contractors to conduct work in Washington, Oregon, Idaho, and Montana. Work efforts include horizontal and vertical construction projects such as levee construction, facilities construction, and major and minor repair projects for both vertical and horizontal construction. The ability to work in various places at the same time is required. The majority of projects sites will be located east of the Cascade Mountains; however, some project sites may be located west of the Cascades. THIS IS NOT A SOLICITATION ANNOUNCEMENT. Responses to the Sources Sought Synopsis should be received as soon as possible but no later than 2:00 pm (Pacific Time) on November 18, 2011. The responses should be forwarded to the attention of Maria Colville, Contract Specialist, by email: maria.a.colville@usace.army.mil, or fax to 206-764-6817, or mailed to: Seattle District Corps of Engineers, Attn: CECT-NWS Attn: Maria Colville, 4735 East Marginal Way South, Seattle, WA 98134-2329. The purpose of this notice is to gain knowledge of potentially qualified Small Business (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 236220. Depending upon the responses in the small business categories listed above, the solicitation will either be set aside in one of the latter categories or be issued as unrestricted open to both small and large business. Scope: As requirements develop, Requests for Proposals (RFPs) for Task Orders will generally be issued on a competitive basis; however, the Government may issue Task Orders on a sole source basis in accordance with FAR Part 16.505(b)(2). Task orders may be design-build or design-bid-build, and will be firm-fixed-price. The task orders will be used for projects of varying size and complexity. Task orders will include horizontal and vertical construction work (including applicable design services for design-build task orders) such as levee construction, facilities construction, and major and minor repair projects for both vertical and horizontal construction, and will include a variety of trades such as 1) facility renovation to include major and minor repairs, 2) facilities construction, 3) earth moving, 4) levee construction, 5) electrical/mechanical building systems replacement/repair/maintenance, 6) civil site work (utilities, paving, roads, etc.) 7) sustainable design, 8) landscaping/revegtation, 9) demolition, 10) general construction, and 11) asbestos and/or lead-based paint abatement incidental to design or construction. A target of five (5) contracts will be awarded, and the total dollar capacity shared between the firms will not exceed $49 million. The Performance Periods for each of the Base MATOC Contracts shall be for five years with a base year and four (4) option periods. The North American Industry Classification System (NAICS) Code for this project is 236220 with a size standard of $33,500,000.00. Bonding Information: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate b. Proof the contractor can provide bonding for the maximum order for a single item of $10,000,000.00. c. Length of time the contractor has been associated with the bonding company. d. Claims History and Outstanding Claims of the Contractor. e. Surety to be used for Performance and Payment Bonds. f. Other commitments that might interfere with performance of the contract. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-12-R-0006/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02618080-W 20111106/111104233859-1f30d30e346b67676094602cd4c011de (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.