Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOURCES SOUGHT

Y -- SOURCES SOUGHT

Notice Date
6/5/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-13-R-0109
 
Response Due
6/13/2013
 
Archive Date
8/4/2013
 
Point of Contact
Tony Reed, 8178861050
 
E-Mail Address
USACE District, Fort Worth
(tony.e.reed@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is an SOURCES SOUGHT for market research purposes for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for a Camp Stanley Storage Area, Texas Construction Work to include design, construction, maintenance, etc. type work. The customer is the Camp Stanley Storage Area, DPW IDIQ/JOC: It is anticipated the proposed procurement will be a sole source Request for Proposal (RFP) resulting in one firm receiving one (1) Firm Fixed Priced (FFP) IDIQ/JOC Contract. The performance period anticipated is one (1) base year and two (2) option years, not to exceed three (3) years, with a combined capacity Not to Exceed (NTE) $4 Million. The estimated minimum size of a task order is $2,000.00. The estimated maximum size of a task order is $500,000.00 with the average size task order being $130,000.00. Firms must have ability to perform up to eight (8) to ten (10) task orders simultaneously. Proposed project will be a sole source, firm-fixed price, contract procurement process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this informal sources sought. The purpose of this informal sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), etc. The Government must ensure there is adequate competition among responsible contractors, such as Small business, Section 8(a), HUBZone, SDVOSB businesses. The Government is seeking qualified, experienced sources capable of performing this construction project. This procurement will be a sole source, firm-fixed price contract resulting in one (1) Firm Fixed Priced (FFP) Construction Contract award. The performance period is 365 Days after Notice to Proceed is issued. The applicable North American Industry Classification System (NAICS) is 236220 - Commercial and Institutional Building Construction, which corresponds to the SIC code of 1542. The Small Business Size Standard is $33.5 million. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this informal source sought. Anticipated solicitation issuance date is on or about July 1, 2013, and the estimated proposal due date will be on or about July 15, 2013. The official solicitation will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firms responding to this Sources Sought shall answers the 5 questions below. If answer is Not Applicable, type in the letters NA. 1. Firm's name, address, point of contact, phone number, E-MAIL address, DUNS Number, and Cage Code. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, etc. 4. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information if applicable. 5. Firm's Bonding Capability (construction bonding level per contract, expressed in dollars). 6. Company's capability to perform a contract of this magnitude and complexity by including a brief description of at least (3) project, customer names and phone numbers, timeliness of performance, and dollar values of the projects. Interested Firm's shall respond to this Informal Sources Sought no later than 2:00 P.M.(Central Time), June, 13 2013. All interested firms must be registered in the System for Award Management (SAM) Website. Website address: www.sam.gov formally known as Central Contractor Registration (CCR) to be eligible for award of Government contracts. Email your response to Contract Special, MAJ Tony E. Reed, and Project Manager, Mr. Clarence Banks Fort Worth District, U.S. Army Corps of Engineers, at EMAIL address: Tony.e.reed@usace.army.mil Clarence.v.banks@usace.army.mil EMAIL is the ONLY METHOD to submit your answers to this source sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-13-R-0109/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN03080180-W 20130607/130606000436-c614e32e60585995ac8da892f10fc567 (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.