Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
MODIFICATION

Z -- Facilities Repair and Renewal

Notice Date
5/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-12-R-0030
 
Response Due
5/31/2012
 
Archive Date
7/30/2012
 
Point of Contact
Mark Dillinger, 256 895-1715
 
E-Mail Address
USACE HNC, Huntsville
(mark.w.dillinger@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis (SSS) Announcement for the Facility Repair and Renewal (FRR) Program. This SSS is a market survey for information to be used for preliminary planning purposes. The information received will be used within US Army Corps of Engineers, Engineering and Support Center, Huntsville, AL (CEHNC) to facilitate the decision making process and will not be disclosed outside of the agency. This synopsis is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for Small Business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, and/or Service-Disabled Veteran-Owned Small Businesses, or whether to issue as full and open competition (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. The NAICS code for this program is 236220 Commercial & Institutional Building Construction. The small business size standard is $31 million. Facility Repair and Renewal contracts are intended to provide quick response for facility repair, renovation, conversion, alteration, additions, construction, equipment procurement / installation, and maintenance services on installed equipment/systems at Government installations and facilities. The Contractor may be required to survey the problem areas, evaluate and recommend solutions, develop and implement work plans in a timely manner within negotiated costs, and provide the repair/renewal/construction efforts to support the design solution. At times, the Contractor may be required to provide stand alone construction efforts without the provision of the associated services (i.e. site investigation, work plan, etc.). Task orders may be awarded for work to be performed through-out the United States, including Alaska, Hawaii, and all US territories, for the following Government agencies: Department of Defense, Department of Homeland Security, Veteran's Administration, State Department, Department of Interior, Department of Energy and Department of Transportation. Also, work performed for these Government agencies may also be required in the following overseas locations: Kuwait, Qatar, UAE, Yemen, Iraq, Saudi Arabia, Egypt, Kazakhstan, Afghanistan, Indonesia, Japan, Korea, Cuba, Azores, Germany, Kwajalein, Spain, Italy, Israel, Bosnia-Herzegovina, Albania, Poland, Serbia, Hungary, Macedonia, Ukraine, Russia, and Turkey. Upon analysis of the responses, it will be determined if companies are interested only in task orders performed in the United States or if they are capable in addition to perform in overseas locations. Multiple contract awards may be made under the anticipated solicitation. The magnitude of construction for the FRR program is approximately $490,000,000. Contract awards will beone (1) year base award and four (4) option years for a total of five (5) years possible. Task order awards will be firm fixed-price. Prior Government contract experience is not required for submitting a response under this source sought notice or for submitting a proposal under the planned solicitation. However, all construction performance must be in compliance with the U.S. Army Corps of Engineers (USACE) Safety and Health Requirements Manual, EM385-1-1 (a copy may be obtained at the following website address: http://www.usace.army.mil/usace-docs/eng-manuals/em385-1-1/toc.htm) and must also comply with all Federal, State and local laws, ordinances, codes, and regulations. In addition, OCONUS work performed in support of this program must be in compliance with applicable host nation requirements. This sources sought is for planning purposes, and is not a solicitation. This preliminary information is being made available for planning purposes only. The Government will not reimburse respondents for any costs incurred in preparation of response to this sources sought announcement. All responsible sources may respond, in the form of a capability statement, to this sources sought notice. All such responses will be considered by the agency. Offerors are also welcome to advise of their lack of interest in this type of acquisition along with comments explaining the reasons for their disinterest and any recommendations for making this solicitation more appealing. Please refrain from submitting unsolicited documents such as promotional literature in response to this sources sought. Responses should be limited to the information requested in this sources sought notice and submissions shall not exceed 15 pages in length. All responses shall be provided by 1600 central time on 31 May 2012 to the attention of Mark Dillinger via email to: mark.w.dillinger@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-12-R-0030/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02739368-W 20120506/120504234849-b3a6c560558b2e2382cccce198f9f41e (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.