SOURCES SOUGHT
Y -- MATOCC - CONUS/OCONUS
- Notice Date
- 12/18/2017
- 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
- W912DR-18-S-0003
- Archive Date
- 1/27/2018
- Point of Contact
- Melissa Renee McMillan-Cox, Phone: 4436547235
- E-Mail Address
-
melissa.r.mcmillan-cox@usace.army.mil
(melissa.r.mcmillan-cox@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Responses are due no later than 3:00 PM EST 12 January 2018. This is a Sources sought Notice for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. The U.S. Army Corps of Engineers, Baltimore district, request letters of interest from POTENTIAL PRIME CONSTRUCTION WITH BONDING CAPACITY RANGING FROM $25M TO GREATER THAN $250M concerning the potential projects described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Responses are to be sent via email to Renee McMillan-Cox at melissa.r.mcmillan-cox@usace.army.mil no later than 3:00 PM EST 12 January 2018. PROJECT DESCRIPTION: The Government contemplates a five year Multiple Award Task Order Construction Contract (MATOCC) in an amount not exceeding $500M. This MATOCC will be used for new construction projects CONUS to include Hawaii, Alaska, and U.S. Territories. This MATOCC may also be used for projects in Germany and England. The projects may be sizable in nature of magnitudes of construction between $25M and $250M or more. The customers for these potential projects may include the Intelligence Community (IC) and may require large SCIF spaces and highly complex mechanical and electrical systems. Supporting type structures may also be included in the work to be awarded like parking garages. In addition to very large construction projects this pool may also include all types of general construction with magnitudes of construction from $50K to $25M The scope of this contract will encompass Design-Build (DB) and Design-Bid-Build (DBB) new construction projects. It may also include a broad variety of minor repair, modifications, rehabilitation and/or alterations of existing buildings. It may also include, but not limited to demolition, geo-technical investigation, infrastructure projects, interior fit-ups, communications, security and force protection (AT/FP) projects. The Contractor shall be required to perform all work in accordance with the access and security requirements of the customer for each project. All projects will require U.S Citizens and all companies will be required to hold a current Top Secret Facility Site Clearance. All companies will be required to submit a Statement of Affiliation (SOA) during the solicitation phase of each project. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in a task order construction type contract of similar nature as described above. Please include in your narrative the information listed below in the question and answer format. The narratives shall be no longer that 10 pages. 1) How many awardees would be recommended for this MATOCC? 2) Does industry want to be locked into one (1) AE firm? Does industry mind if AE's are on multiple teams? 3) How would industry like to see us select the awardees? What are your ideas on the pricing mechanism? The evaluation criteria? 4) Details of similar contracts, project references (including owner phone number and email address), size of contracts and number of task orders issued. 5) The Government is considering a cost reimbursable contract as part of this MATOCC. Please provide feedback with your experience in this area. 6) Please provide your experience working outside the continental U.S. 7) Provide information on your bonding capacity - both single and aggregate.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-18-S-0003/listing.html)
- Place of Performance
- Address: CONUS/OCONUS, United States
- Record
- SN04770076-W 20171220/171218231322-d0001f8599f4b5d0e5098e3dadcb331f (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 |