SOURCES SOUGHT
Y -- Vertical Construction MATOC
- Notice Date
- 10/25/2017
- 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
- W9126G18R0026
- Archive Date
- 11/24/2017
- Point of Contact
- Patricia A. Jackson, Phone: 8178861054, Linda Eadie, Phone: 816-886-1085
- E-Mail Address
-
patricia.a.jackson3@usace.army.mil, linda.d.eadie@usace.army.mil
(patricia.a.jackson3@usace.army.mil, linda.d.eadie@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT announcement only and responses will be used as a market survey for information - to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL 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 Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for vertical construction services for the Southwestern Region. These Contracts will be for construction services to include a wide variety of Design-Build and/or Design-Bid-Build (DBB) construction activities, to include, but not limited to, design and construction of battalion headquarters, vehicle maintenance shops, barracks, laboratories, joint operations centers, dining facilities, air traffic control towers, office buildings, administration building, hangars, chapels, operations centers, fire stations, tactical equipment shops, warehouses, border patrol facilities, border checkpoints, lead based paint or asbestos abatement, surveys; and repair, renovation, or alteration of similar facilities, and Interagency International Support (IIS) type facilities (border checkpoints, border patrol stations, etc.) The contractor shall provide all labor, materials, supplies, parts (to include system components), equipment, and related services (except when specified as Government furnished), to perform the work as specified. Some Architect-Engineering Services related to maintenance, repair, and design build construction may be required. A Professional Architectural or Engineering "seal" for all licensed disciplines shall be provided on that work. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Large and Small Business Community to include but not limited to: Historically Underutilized Business Zones (HUB-Zone), 8(a) Certified Small Business, Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform on a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) 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 the Southwest Division (SWD) and its surrounding areas, which consists of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. However, Task Orders may, on a limited basis, be awarded through other Corps of Engineer Districts, other DOD or other Federal agencies for projects anywhere in the U.S and its' Territories. The North American Industry Classification System (NAICS) for this procurement is 236220 which has a small business size standard of $36.5 Million. The Standard Industrial Code (SIC) is 1542, the Federal Supply Code (FSC) is Y1JZ. Businesses are reminded of the requirements under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 15% of the cost of the contract, not including cost of materials, with their own employees for general construction procurements. Large business firms will be subject to FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance 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. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in proposing on the requirements of the subject solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity,including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples. 4. Firm's Size: Large Business, Small Business, and types to include but not limited to: Historically Underutilized Business Zones (HUB-Zone), 8(a) Certified Small Business, Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). 5. Firm's Joint Venture information if applicable - existing and potential. 6. Firm's Bonding Capability: provide bonding capability per project and aggregate bonding level expressed in dollars. NOTE --- THIS WAS PREVIOUSLY REQUESTED UNDER SOURCES SOUGHT W9126G17R0718
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18R0026/listing.html)
- Place of Performance
- Address: Primarily for the Southwestern Region of the U.S. Corps of Engineers, Fort Worth, Texas, 76102-0300, United States
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN04722903-W 20171027/171025231306-f77b84c295f0b7c0f6291fa309f311fb (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 |