Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2020 SAM #6653
SOURCES SOUGHT

Y -- Sources Sought for Small Construction Requirements in Colombia and El Salvador

Notice Date
2/14/2020 7:24:39 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127820L0019
 
Response Due
3/2/2020 3:00:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
Sara G. Logsdon
 
E-Mail Address
sara.g.logsdon@usace.army.mil
(sara.g.logsdon@usace.army.mil)
 
Description
MARKET RESEARCH and SOURCES SOUGHT NOTICE FOR SMALL CONSTRUCTION REQUIREMENTS IN COLOMBIA AND EL SALVADOR Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on Indefinite Delivery/Indefinite Quantity (ID/IQ) Contracts for the Mobile District�s construction program in Colombia and in El Salvador in support of the United States Southern Command (SOUTHCOM) and other federal agencies.� The Mobile District proposes to utilize one Single Award Task Order Contract (SATOC) for work in Colombia, and one SATOC for work in El Salvador.� This is a SOURCES SOUGHT SYNOPSIS and is NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified contractors. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. These repair/minor construction contracts with incidental design capabilities are intended to provide quick response for performing small-scale repair and minor construction in locations throughout Colombia and El Salvador.� Individual task orders will be negotiated with the selected SATOC as firm-fixed price Requests for Proposals (RFPs).� Work scope will vary from site to site and will require extensive knowledge of construction methods including equipment, facility support systems, and building structures.� Construction related experience in the country is preferred.� Total capacity over the potential five year ordering period of the contract is not to exceed $6,000,000.� This contract will require contractors to provide all plant, labor, equipment and materials necessary to perform construction, incidental demolition, upgrade, and repair of facilities and structures. Work will typically include vertical and horizontal construction, site work, geotechnical surveys, landscaping, surveying, mapping, mechanical and electrical work for blast resistant, fortified structures; rigid and flexible paving for roads, airfields and helipads; parking lots; riverine and marine construction of floating docks, piers, and barges; dredging; construction of remote and temporary camps, firing ranges, fuel systems, ammunition storage, food storage, interior and exterior utilities to include water and sewage treatment, water wells, communications, electrical power (to include generators and solar and wind power), security (to include field fortifications, wire obstacles, bunkers, watch towers and security fencing and hardening of existing facilities) and safety of facilities. Facilities and structures may include administrative buildings, barracks, warehouses, hangers, schools, motor pools, etc. The work may involve replacement in kind, repairs, upgrades and modification work and/or new construction. It also may include incidental design and testing, and survey and abatement for lead based paint (LBP) and asbestos containing materials (ACM). Facility repairs, upgrades and construction shall conform to the requirements of the technical criteria listed in the Task Order. Task Orders may require the application of U.S. Building Codes; International Building Code (IBC); National Electric Code (NEC); Structural and Heating, Ventilation and Air Conditioning (HVAC) codes; and U.S. Department of Defense criteria that include, but are not limited to, Unified Facility Criteria (UFC) and Anti-Terrorist and Force Protection (AFTP) requirements.� Typical project sizes are anticipated to be within the range of $50,000 - $250,000, although projects with dollar values outside this range but with a similar level of technical complexity may also be awarded under the anticipated SATOCs. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 236220, Commercial and Institutional Building Construction. Offerors are requested to respond to this Sources Sought Synopsis with the following information which shall not exceed ten pages:� 1. Offeror�s name, address(es), points of contact, telephone numbers, and e-mail addresses.� 2.� The country in which the Offeror would be interested in performing (Colombia, El Salvador, or both). 3.� Offeror�s capability to perform, to include personnel, equipment, and other resources currently in or planned for Colombia and/or El Salvador (based on which countries the Offeror is interested in supporting).� The project size and logistic complexity for which the Offeror possesses capabilities to perform shall be stated.� Include Offeror�s in-house capability to execute incidental design requirements.� 4. Offeror�s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars), or ability to obtain letters of credit or another approved bond alternative.� 5. No more than five projects that are at least 50% repair/construction complete within the past five years that demonstrate the Offeror�s capability to perform work of the type described above.� Project information is not to exceed 1 page per project and should include title, location, general description of the project, Offeror�s role, dollar value of the project, and name of the company, agency or Government entity for which the work was performed with customer contact information (reference name, phone number and email address).� If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor�s name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Prime Contractor experience is preferred but not required. � Responses should be submitted via e-mail to Sara Logsdon at sara.g.logsdon@usace.army.mil. Responses are due by close of business 2 March 2020. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc978bbbcb384ca78c325eea5aebbfe6/view)
 
Place of Performance
Address: Mobile, AL 36602, USA
Zip Code: 36602
Country: USA
 
Record
SN05563244-F 20200216/200214230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.