Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2010 FBO #3256
SOURCES SOUGHT

Z -- Design Build and Construction Services

Notice Date
10/22/2010
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J11R5000
 
Response Due
11/4/2010
 
Archive Date
1/3/2011
 
Point of Contact
Steven Perry, 3097821088
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(steven.roderick.perry@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is NOT a solicitation announcement. This is a Sources Sought Notice only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified sources and their size classifications for the procurement detailed below (Service Disabled Veteran-Owned, Veteran-Owned Small Business, Women Owned Small Business, HubZone 8(a), 8(a), HubZone, Small Business, Emerging Small Business, Small Disadvantaged Business (SDB) and Large Business relative to NAICS Construction, Subsector 238, Specialty Trade Contractors (size standard of $14 Million)) The U.S. Army Contracting Command, Rock Island Contracting Center (RICC) is seeking sources for design build construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) at Rock Island Arsenal (RIA), Rock Island, IL. The required Design-Build and construction services may include, but are not limited to, the following types of work: building renovations, building maintenance/repairs; building demolition; structural repairs; sitework; utility replacements; pavement replacement; lead paint and asbestos removal/abatement; geotechnical. All will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. It is anticipated that the solicitation will solicit offers for the award of more than one task order contract. We anticipate that the pool of contractors which successfully receive an award will share a total contract capacity of $125,000,000.00. Awards will be based on 1 base year and 4 subsequent 1 year ordering periods. It is anticipated that the minimum task order dollar amount that the contractor will be obligated to accept under this contract is $10,000.00, the maximum task order dollar amount is anticipated to be $5,000,000.00. The award of the MATOCs will be based on a trade off analysis considering price and non-price factors. Awards will be made to the offerors whose proposals offer the best value overall to the Government based on the established evaluation criteria. The Government may be willing to award to higher priced proposals that offer lower risk. The award of individual task orders may be on the basis of price alone, or may be on a best value basis. Sources are also required to be owned by U.S. citizens or incorporated in the U.S. and be able to obtain construction bonding in the range of $1 million to $5 million. The contractor should also be able to provide proof of insurance and performance and payment bonds if awarded a contract. The Contractor shall be familiar with and work shall conform to codes governing the construction of facilities such as Federal, State, Local, Military, Civil Works, Illinois State Historic Preservation Agency and HUD. The contractor should also be able to comply with The RIA Department of Public Works Master Construction Specification and Installation Design Guide. Project design would be a small portion of any project and may include other professional services such as life-cycle studies or similar. The contractor will be required by law to pay prevailing Davis Bacon Act wage rates for the construction portion of any contract The RICC requests demonstration of capability by interested parties through submittal of a brief capability statement. All capability statements should: 1. Not exceed and will be restricted up to eight (8) pages. 2. Shall be electronically submitted to the email address below. 3. Include small business classification (s): (Service Disabled Veteran-Owned, Veteran-Owned Small Business, Women Owned Small Business, HubZone 8(a), 8(a), HubZone, Small Business, Emerging Small Business, Small Disadvantaged Business (SDB) and Large Business relative to NAICS Construction, Subsector 238, Specialty Trade Contractors (size standard of $14 Million) 4. List references and experience, as prime contractor, in conducting similar projects for the past 3 years. The RICC intends to consider all comments and the responsive qualification packages when developing its final acquisition strategy and resulting solicitation. The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps and the Army Single Face to Industry (ASFI) Acquisition Business Web Site. All interested parties should check these sites frequently for updates. Please submit all Capability Statements by 2:00 PM CST on November 4, 2010 by email to steven.roderick.perry@us.army.mil or by fax to (309) 782-5425. This is a source sought request which may used for planning purposes and should not be construed as a Request for Quote or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. The RICC will only utilize the information you provide in developing its acquisition approach for future requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/058571950a0b270adeaac2e31731ed06)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02315835-W 20101024/101022234040-058571950a0b270adeaac2e31731ed06 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.