Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
SOURCES SOUGHT

Y -- FIRM-FIXED-PRICE, INDEFINITE-DELIVERY/INDEFINITE-QUANTITY (IDIQ), HUBZONE/SDVOSB MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) MILITARY/CIVIL CONSTRUCTION PROJECTS

Notice Date
10/11/2017
 
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, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR18N0002
 
Archive Date
11/7/2017
 
Point of Contact
Sierra S. Marshall, Phone: 4109626037
 
E-Mail Address
sierra.s.marshall@usace.army.mil
(sierra.s.marshall@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from qualified HUBZONE AND SERVICE DISABELED VETERAN OWNED (SDVOSB) SMALL BUSINESS PRIME CONTRACTORS interested in performing work on the potential $49.9M MATOC for Construction Services in the Baltimore District area of responsibility. By way of this Market Survey/Sources Sought Notice, the USACE-Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for upcoming procurements. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District intends to consolidate numerous projects into a single solicitation to be awarded as a MATOC to no more than five (5) contractors. The solicitation will be a Firm-Fixed-Price Indefinite Delivery / Indefinite Quantity Contract for Design-Build or Design-Bid-Build projects for the North Atlantic Division, Baltimore District. The total contract value for this MATOC is estimated at $49,900,000.00. This acquisition will result in the award of up to five (5) Offerors and the $49.9M capacity will be shared. It is anticipated that this will be a HUBZone and SDVOSB set-aside. Funding may include Military Construction funding (MILCON), Operations and Maintenance (O&M) funding, or other types of funding. This MATOC procurement seeks to make five contract awards with a five (5) years. The businesses targeted for this procurement action are HUBZone and SDVOSB firms able to effectively support a portfolio of overlapping small, medium and/or large design-build and design-bid-build construction projects. The estimated project size for Task Orders under this MATOC would be between $50,000 and $3,000,000. The average expected duration of projects is between 6 months to 2 years. Based on previous similar contracts, the occurrence of Task Orders would be frequent, especially in emergency situations, and during the 3rd and 4th quarters of the fiscal year. The general type of work under this MATOC will be primarily military construction and civil construction projects, and afford the District flexibility on project types that could be handled with relative ease. Work under this contract is expected to include site clearing, earthwork, site drainage and utilities, roads and walks, cast in place concrete, brick masonry, block and tile masonry, building renovation, new construction, asbestos abatement, lead paint removal, structural steel, steel joists and decking, rough carpentry, finish carpentry, built in cabinetry and furniture, roofing and siding, sheet-metal work, doors, windows and glazing, window coverings, entrances and store fronts, lath and plaster, drywall, painting and wall coverings, floor tile and carpeting, a variety of mechanical/electrical work, fire extinguishing systems, fire alarm systems, intrusion detection systems, heating and air conditioning, ventilating equipment and systems, ducts and controls, boxes and wiring devices, starters, breaker panels, switching devices and transformers, lighting, primary and secondary power systems, highly specialized, extensive equipment systems, facilities construction, facilities alteration and repairs, and facilities maintenance services of significant importance. While the preponderance of the work is construction, incidentals to the work will include but is not limited to the following: stream bank and shoreline stabilization/protection, ecosystem/habitat restoration and flood damage reduction and activities related to flood control and water diversion projects. This MATOC may be used to acquire time-sensitive disaster or emergency assistance construction activities within the Baltimore District's territory. The location where work is expected to be performed under this MATOC is within the Military and Civil construction boundaries of the Baltimore District. This area includes the states of New York, New Jersey, Pennsylvania, Delaware, Maryland, Virginia, West Virginia, and the District of Columbia. It would also cover a variety of military installations including Letterkenny, Fort Detrick, Aberdeen Proving Ground, Fort Meade, Andrews AFB, and Fort Belvoir. While the proposed MATOC focuses on use within the Baltimore District, reserves the ability to allow use within the larger North Atlantic Division geographic boundaries on an as needed basis. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36,500,000. 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 Prior Government contract work is not required for submitting a response to this sources sought synopsis SUBMISSION DETAILS: Responders should address ALL of the following in their submittal: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. 2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. 3. In consideration of NAICS code 236220, with a small business size standard in dollars of $36.5M, indicate your firm's business classification (size): Service Disabled Veteran Owned Small Business (SDVOSB) or HUBZone Small Business. 4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). 5. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate both expressed in dollars. 6. Provide three (3) examples of projects similar to requirements described above (including dollar values) within the past five (5) years. Include point of contact information for the examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 7. Total submittal shall be no longer than fifteen (15) pages in one (1) PDF file. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Submission Instructions : THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the government, nor will the government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice on October 23, 2017 NLT 10:00 a.m. eastern standard time. All responses under this Sources Sought Notice must be emailed to Contract Specialist, Sierra Marshall - sierra.s.marshall@usace.army.mil referencing the sources sought notice number W912DR18N0002. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Sierra Marshall via email - sierra.s.marshall@usace.army.mil. *Please note vendors not registered in System for Award Management (SAM) database prior to award of contracts will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code 236220 as indicated in the notice to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR18N0002/listing.html)
 
Place of Performance
Address: USACE - Baltimore District, 10 South Howard Street, Baltimore, Maryland, 21021, United States
Zip Code: 21021
 
Record
SN04710598-W 20171013/171011230854-f96e5402a7870e5ffa86d00b83ea8fbc (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.