Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2005 FBO #1406
SOURCES SOUGHT

Y -- Multiple Award Task Order Contract (MATOC) to furnish all plant, labor, materials, and equipment to perform a wide variety of design/construction projects.

Notice Date
9/30/2005
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-06-R-0001
 
Response Due
10/21/2005
 
Archive Date
12/20/2005
 
Small Business Set-Aside
N/A
 
Description
Information Needed: SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Synopsis announcement; a market survey 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 associate with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualif ication of all firms interested in participating in the competition, including various members of the Small Business Community (SB), Small Disadvantages Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (HUBZone), Veteran Ow ned Small Business Concerns Institutions (SDVOSB), Historically Black Colleges and Minority Institutions(HBCU/MI), and Indian organizations and Indian-owned economic enterprises) to compete and perform an Indefinite Delivery/Indefinite Quality contract(s). The Government is seeking qualified, experienced sources capable of performing Continental United States (CONUS) time-sensitive construction. The Omaha District in conjunction with its customer, the Air Force Space Command, anticipates issuing a solicitat ion and resultant Contract for work on the front range, Colorado/Wyoming under a Front Range MATOC (Multiple Award Task Order Contract) type contract. The contract may further be used by the Northwestern Division to support other facilities and MILCON wor k. The work may consist of the following: Contractors would be required to furnish all plant, labor, materials, and equipment to perform a wide variety of design/construction projects, including but not limited to; building construction, highway work, heavy construction work, asbestos removal/abat ement, lead based paint removal/abatement and PCB removal/abatement, (i.e. light fixture ballast, electrical transformers, etc., mechanical work, and electrical work). The scope of work and authority to perform the work will be accomplished using task orde rs issued against a resultant contract, executed by the Contracting Officer. Some requirements may request the Contractor to provide performance specifications and very limited design. The contractor will be expected to provide high quality materials, equ ipment and workmanship without the need of specifications, written direction, or prompting from Government representatives. The ability and willingness of the contractor to produce a complete and effective work plan and to provide fair and reasonable price proposals in the initial submittal of a requirement is critical to the success of the proposed contracting method. All interested, capable, qualified and responsive contractors are encouraged to reply to this sources sought as the received date will be used to define the geographical score and potential contract capacity. The Government is requesting interested contrac tors to furnish the following information: (1) Company name, address, point of contact, telephone number, and e-mail address. (2) Type of Business (Large Business, Small Business, Small Disadvantaged Business, etc.). (3) Identify servicing Small Business A dministration District Office. (4) The geographical span you are capable of servicing (indicate in which states you are capable to perform). (5) State your bonding capacity as of the date of your response. All responses will be reviewed for preliminary pla nning purposes in determining future acquisition strategy. (6) State whether or not you currently have a security clearance  if so, what level. (7) Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contr acts, performed within the last three (3) years. Include name, address, telephone number, and e-mail address of references. Also provide a brief description of the work performed, contract number, total contract value, and period of performance. Contracts must be the same or similar to the work described in this announcement. The interested firms are required to prepare and submit two copies of their qualifications, exhibiting their capabilities, experience, past performance and utilization of Small Busine ss Concerns (if applicable) on projects where they were the Prime contractor. E-mail responses to this request for information are preferred, and should be sent to: Polina.A.Poluektova@usace.army.mil . All questions must be submitted via e-mail or fax. Mai led responses should be submitted to: USACE, Attn: CENWO-CT-M, 106 S. 15th Street, Omaha, NE 68102-1618. Faxed responses should be sent to 402-221-4199. The due date and time for responses to this announcement is 4:00 PM CST on October 21, 2005. Point of C ontact Polina Poluektova 402-221-3705.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00907418-W 20051002/050930212007 (fbodaily.com)
 
Source
FedBizOpps.gov 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.