Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2010 FBO #3284
SOURCES SOUGHT

Z -- Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC). NAICS subsectors 236-Construction of Buildings, 237- Heavy and Civil Engineering Construction, and 238-Specialty Trade Contractors.

Notice Date
11/19/2010
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-11-R-SS09
 
Response Due
12/2/2010
 
Archive Date
1/31/2011
 
Point of Contact
Aragon Liebzeit, 5095277205
 
E-Mail Address
USACE District, Walla Walla
(aragon.n.liebzeit@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) for design build construction capability including but not limited to property repair and maintenance, habitat restoration (environmental work), incidental services, force protection work, and construction services to include new construction and renovation. Our intent is to award up to four (4) IDIQ contracts. Task orders will be firm-fixed price. The value of each task order is expected to primarily be below the Simplified Acquisition Threshold, $150,000, but the Government reserves the right to issue task orders up to $500,000. The North American Industry Classification System (NAICS) code subsectors for this work are: 236-Construction of Buildings (small business size standard of $33,500,000), 237- Heavy and Civil Engineering Construction (small business size standard of $33,500,000-except Dredging and Surface Cleanup Activities), and 238-Specialty Trade Contractors (small business size standard is $14,000,000). This sources-sought announcement is being issued to identify small business concerns with the capability to accomplish the work. This is not a solicitation. Only those firms responding to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please provide the following: 1)A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. 2)A statement or list of your firms current or past technical experience similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value. 3)A statement or list of your firms current or past performance similar to or the same as the summary scope of work and construction magnitude. Include a point of contact name, phone number and email address. 4)A statement of your firms bonding capacity. 5)A statement of your firms business size and type (HUBZone, Service Disabled Veteran Owned, 8(a)). Submit this information to Mr. Aragon Liebzeit, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or via email to Aragon.N.Liebzeit@usace.army.mil. Your response to this notice must be received, in writing, on or before 3:00PM (local time) on December 2, 2010. Using USACE supplied plans and specifications, the contractor will accomplish the following Scope of Work. All work will require the Contractor to follow the procedures in the Army Corps of Engineers Safety Manual, at http://www.usace.army.mil/CESO/Documents/EM385-1-1FINAL.pdf. Summary Scope of Work The purpose of this indefinite delivery, indefinite quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) is to provide repair and maintenance of real property, environmental work, incidental services, force protection work, and construction services to include new construction and renovation in the areas identified below. Use of the MATOC provides a construction product delivery method that can accommodate quick and straight-forward projects, as well as some small but complex projects, and can help minimize design effort and related overhead expenditures, as well as handle compressed schedules. Task orders will primarily address general construction and renovation; dams, roads and pavement construction and repair; and general environmental work including, but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remedial work. Project work will generally be Design-Build projects for various construction type projects, but may include projects in which the Government provides a full design. Task Order projects may be non-complex performance oriented tasks requiring minimal design, or they may be complex construction requiring design development for design-build construction, or a combination thereof. Projects will vary in size and complexity. The Task Order RFP may or may not have traditional plans and specifications or may include sketches and other submittals. Placement of Task Orders. The actual amount of work to be performed and the time of such performance will be determined by a Contracting Officer who will issue written Task Orders to the Contractors. Prices will be requested and evaluated for each task order in accordance with FAR 16.505. The government will evaluate price and past performance, including quality, timeliness and cost control, on earlier orders placed under the MATOC for each task order award. The Government may evaluate other non-price factors, and each Request for Proposal (RFP) will state the method of selection and any additional non-price factors. Whenever possible, award will be made without discussions. If discussions are required, each contractor will be requested to provide a final proposal revision, unless eliminated from discussions. This is not a requirements contract. The MATOC work will be geographically located throughout the Walla Walla District area of operations, and may include other work in the Pacific Northwest. The Walla Walla Districts civil works boundaries generally follow the Snake River drainage and include approximately 107,000 square miles in six states-Washington, Oregon, Idaho, Wyoming, and small parts of Nevada and Utah. Each IDIQ contract awarded shall contain a basic 12-month period of performance and two (2) 12-month option year periods (exercised at the discretion of the federal government). Each IDIQ total amount (including options) should not exceed $5 million aggregate. All successful IDIQ awardees shall be guaranteed a minimum of $10,000 of work for the full contract performance period. Successful offerors shall be required to meet specific access requirements that shall be identified per Task Order. The Government reserves the right to issue additional solicitations and award additional contracts for same or similar work within the area covered by the awarded IDIQ contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-R-SS09/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02330672-W 20101121/101119234004-ed092dc49b8d3c1d2f303b9680723b73 (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.