SOURCES SOUGHT
Z -- Sources sought notice only. The South Dakota National Guard is conducting market research to determine if adequate number of qualifying small businesses are interested in becoming a MATOC contractor in the Sioux Falls, SD area.
- Notice Date
- 4/7/2006
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for South Dakota, 2823 West Main Street, Rapid City, SD 57702-8186
- ZIP Code
- 57702-8186
- Solicitation Number
- DATE040706
- Response Due
- 4/28/2006
- Archive Date
- 6/27/2006
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice only; not a request for proposal. The South Dakota National Guard is conducting market research to determine if adequate number of qualifying small businesses are interested in becoming a MATOC contractor. The Construc tion Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) are for maintenance, repair, construction and design-build services. An adequate number of qualified small businesses must furnish criteria set forth in this so urce sought request before the Government will determine if the MATOC requirement will be offered small business set aside or unrestricted. If the Government determines that insufficient qualified small businesses respond to this sources sought notificatio n, the MATOC requirement shall be offered unrestricted. The task order project on-site conference is normally scheduled within two days from issuance of the Notice of Proposed Project or 120 minutes under emergency conditions. Notification will normally be by email. The NAICS Code for this procurement is 236220 Commercial and Institutional Building Construction Services; standard size is $31.0M. Task Order minimum value is $2,000.00 and maximum value is $3,000,000.00. Anticipate the MATOC solicitation to co ntain dollar range of projects and offer would identify the dollar range of projects they are interested in receiving consideration for under the MATOC contract. An example of dollar range for projects could be a) $2,000-$250,000 b) $2,000-$500,000 c) $2,0 00-$1.0M d) $2,000-$2.0M and $2,000-$3.0M. Performance and Payment Bonds shall be applicable. Work to be performed under the MATOC contracts shall provide limited design and construction services for projects designated for real property facilities on Sout h Dakota National Guard sites in the Sioux Falls, SD area. Projects will principally be bid build type from already completed designs, and projects specified by a Statement of Work using South Dakota Air National Guard Specifications (as they exist), Army Corp of Engineer Specifications, or AIA Master Specifications. However, offerings may include some design/build projects. Award of the design-build option may be restricted to companies having demonstrated past performance and technical capability for perf orming de sign build projects. Work to be performed under these Multi-Discipline Contracts will generally be of the following general project categories 1) Construction, repair and alteration of various facilities, including roofing; 2) Construction, repai rs and alteration of Electrical Systems (ES); 3) Construction, repair and alteration of Mechanical Systems (e.g. HVAC systems, Direct Digital Controls, and/or plumbing.); 4) Concrete and/or Asphalt Paving.; 5) Demolition of facilities when required. Note: Demolition projects that are stand-alone, not part of a rebuild, fall under the Service Contract Act and the Davis Bacon Act is not applicable, nor is bonding. Inspection of services Contract Act clauses and requirements apply. The maximum value of each co ntract will not exceed $20 million over the life of the contract. The Government anticipates awarding multiple task order contracts (MATOCs) with the performance period being a base period and option periods which when combined shall not exceed 60 calendar months. Projects may consist of, but not necessarily be limited to, repairs to all types of buildings typically found on a military installation and demolition of all types of buildings and structures typically found on a military installation. Small busi ness firms responding to this sources sought requirement must furnish the following: Identify which types of contract you are interested such as design-build, repair, or demolition and provide information on your firms experience, past performance and fin ancial strength to handle these contracts. Also provide information on your logistics plan, staffing plan, and work approach that will give the Government a hig h level of confidence that the work will be completed within project time and budget constraints and will meet the Government's quality expectations. Provide information concerning your experience on similar projects and how well you performed on those pro jects. Include the following: 1) Information on at least the last three recent, similar completed projects, including a description of the project, construction cost, completion date, and contact information for references. Describe, if any, your design-bu ild experience. 2) For design-build projects, include the name of the A-E firm used and your relationship with that A-E; i.e. how many projects you have collaborated on, etc. Forward a letter from your surety indicating your bonding capacity for a single p roject and total aggregate bonding capacity. Provide a copy of your Central Contractor Registration, CCR, profile from www.ccr.gov. The responses to this Sources Sought market survey may be furnished via fax (605/737-6752 Attn: P. Zolnowsky), or postal mai l to USPFO for South Dakota, Attn: SDPFO-PC (P. Zolnowsky), 2823 West Main, Rapid City, SD 57702-8186. Responses must be received by this office no later than 28 April 2006 at 2:00PM Mountain Time. Point of Contact: Pat Zolnowsky, Contracting Officer, Pho ne: 605/737-6739 or Email: pat.zolnowsky@us.army.mil.
- Place of Performance
- Address: South Dakota National Guard complexes TBD Sioux Falls SD
- Zip Code: 57101
- Country: US
- Zip Code: 57101
- Record
- SN01023536-W 20060409/060407220953 (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 |