Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOURCES SOUGHT

Y -- General Construction MATOC (Eastern WA, MT and ID)

Notice Date
12/22/2016
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-17-R-SS01
 
Archive Date
1/27/2017
 
Point of Contact
Caroline Mueller, Phone: 206-764-6741
 
E-Mail Address
caroline.b.mueller@usace.army.mil
(caroline.b.mueller@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Seattle District is seeking sources for a General Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) for work in Eastern Washington, Montana and Idaho, as well as occasional work elsewhere as needed. Work efforts include vertical and horizontal construction. See summary Scope of Work below. The primary North American Industry Classification System (NAICS) code for the work is 236210 - Industrial Building Construction, and the associated small business size standard is $36,500,000 in average annual receipts. This sources-sought announcement is a tool to identify small businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. SUMMARY SCOPE OF WORK (SOW) The purpose of this IDIQ MATOC is to provide construction services and repair and maintenance of real property to include new construction and renovation to large civil works projects including flood control and hydroelectric dams, river navigation facilities, maintenance and office facilities, roadways, recreation facilities, and river levees. 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-bid-build or design-build, and will be firm fixed-price. Task orders will be used for projects of varying size and complexity. Task orders will include vertical and horizontal construction work (including applicable design services for design-build task orders) and major and minor repair projects. Task orders may include a variety of work/trades such as pre-engineered buildings; structural frames; demolition/construction of small buildings and structures; earth moving; construction and repair of levees, floodwalls, jetties, and spits; civil site work (utilities, paving, roads, etc.); sustainable design; landscaping/revegetation; demolition; placement of rock, including armor rock and riprap; restoration and paving; wetland enhancement; and general construction. The intent is to award a target of five (5) firms to receive Firm Fixed-Price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) contracts. If the Contracting Officer determines during the source selection process that fewer or more than that number of contracts should be awarded, the Contracting Officer has the discretion of adjusting that number (higher or lower), or awarding none at all. Each IDIQ contract awarded is expected to contain a basic 36-month base period of performance and two (2) 12-month option year periods (exercised at the discretion of the Contracting Officer). It is anticipated that the total dollar capacity shared between the firms (including option periods) will not exceed $49.0 million. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. CAGE code and DUNS number. 3. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 4. A statement or narrative describing your firm's current or past technical experience (within the last ten years) similar to or the same as the summary SOW. Include two (2) to four (4) examples of BOTH Vertical and Horizontal construction projects as the Prime Contractor. Also include a description of the project, project schedule/duration, customer name, and dollar value of each project. 5. Firm's Joint Venture Information, if applicable. 6. Bonding information (Single and Aggregate bonding limits) on the bonding company's letterhead. 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. Prior Government contract work is not required for submitting a response under this sources sought announcement. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued. SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 2:00 pm (Pacific Time) on 12 January 2017. Submit responses to the attention of Caroline Mueller, Contract Specialist, by email: caroline.b.mueller@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-17-R-SS01/listing.html)
 
Place of Performance
Address: Eastern WA, MT and ID, United States
 
Record
SN04358472-W 20161224/161222234210-2fab1f96563d30bd375b02016c8342b5 (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.