SOURCES SOUGHT
99 -- Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MATOC) for Elevating Homes and Flood Proofing Commercial Structures
- Notice Date
- 2/1/2021 8:53:50 AM
- Notice Type
- Sources Sought
- NAICS
- 236118
— Residential Remodelers
- Contracting Office
- W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ21X0015
- Response Due
- 2/26/2021 2:00:00 PM
- Archive Date
- 03/13/2021
- Point of Contact
- Sara J. Torres
- E-Mail Address
-
Sara.J.Torres@usace.army.mil
(Sara.J.Torres@usace.army.mil)
- Description
- Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MATOC) for Elevating Homes and Flood Proofing Commercial Structures PURPOSE OF THIS ANNOUNCEMENT: The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for an Indefinite Delivery/Indefinite Quantity, Multiple Award Task Order Contract (MATOC) for Design-Build Elevating Homes and Flood Proofing Commercial Structures to determine interest, availability and capability of Small and Large Business concerns.� The NAICS code for the work is 236118.� �The intent is to award 2-5 contracts.� The total capacity of the MATOC pool is estimated to be $45 million total which will be shared amongst all contract holders.� Work under this contract is expected to begin on or about January of 2023 and the contract period will be five years. �Task orders will be competed amongst the pool of MATOC contractors. The MATOC will comprise of a pool of contractors for Design-Build execution of construction and renovation to elevate up to 240 homes and flood-proof up to 28 commercial structures in the Rhode Island communities of Westerly, South Kingstown, Charlestown, and Narragansett.� The project will likely be implemented in phases starting with the Town of South Kingstown.� Each phase may be split into smaller task orders with fewer properties. The number of properties is yet to be determined.� PROJECT INFORMATION: The first phase of the project includes elevating up to 72 residential homes in the South Kingstown area above base flood elevation to reduce the risk of flood damage. Those structures located in the AE-zone (National Flood Insurance Program designation for an area of high risk subject to inundation by the 1% chance flood) of the floodplain will be elevated and be provided with new foundations. Those in the VE-zone (National Flood Insurance Program designation similar to the AE-zone but subject to storm induced waves) will be placed on new concrete piers.� The scope of the first phase also includes flood-proofing up to 4 commercial structures.� Future phases will be in the communities of Charlestown, Narragansett and Westerly. �For more information on the project, please see the following link, https://www.nae.usace.army.mil/Missions/Projects-Topics/Pawcatuck-River-CSRM-Feasibility-Study/ REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT: In order that we may assess your capability to perform this contract adequately, interested firms should submit a capabilities package to include, at the minimum, the following: 1) Firm�s name, address, point-of-contact, phone number, email address, CAGE and DUNS number. 2) Business classification (e.g., small business, veteran-owned small business (VOSB), Service-disabled veteran-owned small business (SDVOSB); 3) Bonding Capacity: State your firm�s bonding capacity.� 4) Please provide information on potential Joint Venture or teaming arrangements. 5) Please provide project overview and description for at least three (3) and up to five (5) sample design-build projects for elevating residential homes completed within the past 10 years.� Please indicate your company�s maximum capacity (# of homes elevated/construction season).�� The project overviews shall include a synopsis of the project including project name, location, number of homes, client, photos, month/year the company�s project work started and completed; total contract value of the project; and customer point-of-contact. 6) Please describe experience performing flood-proofing of existing commercial structures, i.e., mitigating the extent of flood damage by relieving hydrostatic pressure, flood vents, flood barriers, elevating/protecting mechanical/electrical equipment and utilities, etc.� Provide project overview and description for at least one (1) and up to three (3) sample design-build projects for flood-proofing existing commercial structures.� Each sample project should have been completed within the past seven (7) years. The project overviews shall include a synopsis of the project including project name, location, number of homes, client, photos, month/year the company�s project work started and completed; total contract value of the project; method of procurement; and customer point-of-contact; 7) The Government is considering consolidating all described work into one task order package for each of the four towns or potentially splitting the project into smaller task orders with fewer properties. If the project is split into smaller task orders, the number of properties is yet to be determined.� The decision to consolidate this work will be based upon the results of this market research. Please describe how consolidating this work into one task order package for each town will affect the offer's ability to do the work, either positively or negatively. 8) Please provide the Government feedback on the proposed MATOC approach and any other additional information that you�d like to share.� Responses should be limited to a pdf file that shall not exceed thirty 8.5x11 pages (not including cover sheet); 11x17 pages (count as two pages) can be used for the project overviews. Responses are due by 26 February 2021. Responses should be emailed to Contract Specialist Sara J. Torres at sara.j.torres@usace.army.mil. ��NO APPOINTMENTS OR TELEPHONE CALLS WILL BE ACCEPTED. This sources sought announcement is not to be construed as a commitment by the Government. The Government will not pay for any material provided in response to this market survey nor return the data provided. This is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered in effect for a period of one year from the date of this notice. Government Agency URL: www.nae.usace.army.mil Government Agency URL Description: New England District, Corps of Engineers
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7e16bed7d46c4e50b6aef150dd708cc5/view)
- Record
- SN05905417-F 20210203/210201230122 (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 |