Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 25, 2015 FBO #5115
SOURCES SOUGHT

Y -- FORT POLK VERTICAL CONSTRUCTION SERVICES MATOC (DB, DBB)

Notice Date
11/23/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-16-R-0024
 
Archive Date
12/22/2015
 
Point of Contact
Angelynn L. Gunn, Phone: 8178861026, Christopher A. Ainsworth, Phone: 8178861084
 
E-Mail Address
angelynn.l.gunn@usace.army.mil, christopher.a.ainsworth@usace.army.mil
(angelynn.l.gunn@usace.army.mil, christopher.a.ainsworth@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers Fort Worth District has been tasked to solicit for and award a project to include: Proposed projects will be a competitive, Indefinite Delivery/Indefinite Quantity type contracts. Task Orders awarded against the proposed contracts will be firm-fixed price. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated 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 qualifications of various members of industry including Large Business and the Small Business Community to include but not limited to; Historically Underutilized Business Zones (HUB-Zone), 8(a) Certified Small Business and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The US Government must ensure there is adequate competition among the potential pool of responsive contractors. The geographic area covered by the proposed contracts are within Fort Polk and its surrounding areas (Peason Training Range and England Airpark, Alexandria, LA). It is anticipated that this will be a Small Business set-aside, with at least two (2) and up to a target of five (5) set Aside Multiple Award Task Order Contracts (MATOCs) for Fort Polk, LA. All contractors are highly encouraged to participate. The US Government is seeking qualified, experienced sources capable of performing vertical construction services for a wide variety of new construction, maintenance, repair, alteration and minor construction type tasks, including asbestos and lead based paint abatement and other environmental remediation incidental to the construction, for Military. Design-build and Design-Bid-Build, but to provide a timely response to remediation of real and personal property facilities, e.g., maintenance, repair and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection. Prospective construction firms must be capable of: providing all resources for successful construction per contract documents; planning and development of construction documents and work phasing if required; CADD (as-builts, changes, etc.); professional services, geotechnical investigations, environmental investigations, abatement and sampling, construction documentation, cost estimates, value engineering, shop drawings, and construction administration. Additional services may include but are not limited to: topographic and boundary surveys to include data collection and verification, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical requirements as may be designed or required. Any work that requires design changes or environmental compliance must be performed by or under the direct supervision of licensed professional Architects and/or Engineers. The estimated duration of the projects is base (one year) + four years from time of award. The total contract capacity will not exceed $45,000,000.00. The estimated maximum task order limitation is $5,000,000 with a minimum task order limitation of $2,500. Firms must have ability to perform up to 3 task order simultaneously. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition is $36.5 Million. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under the sources sought synopsis. However, all repair work must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Award will be based on overall "Best Value" to the Government. Anticipated solicitation issuance date is on or About 08 February 2016. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov; Ensure your firm and contact information is added to the Interested Vendors list per the Sources Sought Synopsis on www.fbo.gov per this notice to receive posted updates regarding the announcement. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: (1) Offerors name, address, point of contact, phone number, and e-mail address; (2) Offerors interest in bidding on the solicitation when it is issued; (3) Offerors capability to perform a contract of this magnitude and complexity (include offerors capability to execute design and construction, comparable work performed within the past 5 year brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples; (4) Offerors Business Size and type of small business (whether Large Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or Small Business; (5) Offerors Joint Venture information if applicable; and (6) Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Offerors shall respond to this Sources Sought Synopsis no later than 4:00 PM (CST) 07 December 2015. All interested contractors must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Email your response to Angelynn Gunn at Angelynn.L.Gunn@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-16-R-0024/listing.html)
 
Place of Performance
Address: Fort Polk Military Reservation, Vernon Parish, Fort Polk, LA 71459, Fort Polk, Louisiana, 71459, United States
Zip Code: 71459
 
Record
SN03952690-W 20151125/151123234341-5bef1b7d0a0c45e2426ca3e46bc653d1 (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.