MODIFICATION
Y -- Amended Sources Sought Notice W68MD912924544, IDIQ Horizontal Construction for the Seattle District to include WA, OR, MT and ID.
- Notice Date
- 2/6/2012
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W68MD912924544
- Response Due
- 2/21/2012
- Archive Date
- 4/21/2012
- Point of Contact
- Adam M. Birkland, 206-764-3203
- E-Mail Address
-
USACE District, Seattle
(adam.m.birkland@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Summary of Changes: This amended sources sought notice is issued in order to change the NAICS Code, the description of work and Scope, and the region in which work may be required. The response date for firms to submit qualifications is also extended. See information below for additional information: Amended PR&C/Solicitation No: W68MD912924544 (W912DW-12-R-0011) Subject: IDIQ Horizontal Construction for the Seattle District to include WA, OR, MT and ID. Type: Construction RFP NAICS Code: 237990 FSC Code: Y1PZ Class Code: Y Size: $49 Million Type of Set-A-Side: TBD Synopsis: Any questions should be addressed to: Adam Birkland at Adam.M.Birkland@usace.army.mil THIS IS AN AMENDED SOURCES SOUGHT SYNOPSIS TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING CONTRACT FOR General Construction Contractors to conduct work in Washington, Oregon, Idaho, and Montana, and occasional work elsewhere as needed. Work efforts include horizontal and incidental vertical construction. The ability to work in various places at the same time is required. THIS IS NOT A SOLICITATION ANNOUNCEMENT. Responses to this Sources Sought Synopsis should be received as soon as possible but no later than 2:00 pm (Pacific Time) on February 21, 2012. The responses should be forwarded to the attention of Adam Birkland, Contract Specialist, by email: Adam.M.Birkland@usace.army.mil or fax to 206-764-6817, or mailed to: Seattle District Corps of Engineers, Attn: CECT-NWS Attn: Adam Birkland, 4735 East Marginal Way South, Seattle, WA 98134-2329. The purpose of this notice is to gain knowledge of potentially qualified Small Business (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 237990. Depending upon the responses in the small business categories listed above, the solicitation will either be set aside in one of the latter categories or be issued as unrestricted open to both small and large business. Scope: As requirements develop, Requests for Proposals (RFPs) for Task Orders will generally be issued on a competitive basis; however, the Government may issue Task Orders on a sole source basis in accordance with FAR Part 16.505(b)(2). Task orders may be design-build or design-bid-build, and will be firm-fixed-price. The task orders will be used for projects of varying size and complexity. Task orders will include horizontal and incidental vertical construction work (including applicable design services for design-build task orders) and major and minor repair projects, and will include a variety of trades such as 1) earth moving, 2) construction and repair of levees, floodwalls, jetties, and spits, 3) civil site work (utilities, paving, roads, etc.) 4) sustainable design, 5) landscaping/revegitation, 6) demolition, 7) placement of rock, including armor rock and riprap, 8) restoration and paving, 9) wetland enhancement, and 10) general construction. A target of five (5) contracts will be awarded, and the total dollar capacity shared between the firms will not exceed $49 million. The Performance Periods for each of the Base MATOC Contracts shall be for five years with a Base year and Four (4) option periods. The North American Industry Classification System (NAICS) Code for this project is 237990 with a size standard of $33,500,000.00. Small business determinations are made by calculating the average annual revenues over the past three (3) years. Firms should include with their responses their DUNS number and their CAGE code. Bonding Information: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate b. Proof the contractor can provide bonding for the maximum order for a single item of $10,000,000.00. c. Length of time the contractor has been associated with the bonding company. d. Claims History and Outstanding Claims of the Contractor. e. Surety to be used for Performance and Payment Bonds. f. Other commitments that might interfere with performance of the contract. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD912924544/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN02668324-W 20120208/120206234352-295a4a25e92356851617429d5de2353e (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 |