SOURCES SOUGHT
Y -- $400M IDIQ MATOC for Design-Build (D-B) Construction Services Korea wide
- Notice Date
- 9/13/2022 7:09:05 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT FAREAST APO AP 96271-0000 USA
- ZIP Code
- 96271-0000
- Solicitation Number
- W912UM23R0001
- Response Due
- 10/12/2022 8:00:00 PM
- Point of Contact
- Steven J Griffiths, Phone: 05033556106, Chu-Hui Hong, Phone: 05033556925
- E-Mail Address
-
steven.griffiths@usace.army.mil, chuhui.hong@usace.army.mil
(steven.griffiths@usace.army.mil, chuhui.hong@usace.army.mil)
- Small Business Set-Aside
- LAS Local Area Set-Aside (FAR 26.2)
- Description
- This is a SOURCES SOUGHT announcement; a market survey for information only, 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. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers (USACE), Far East District (FED) plans to solicit and award a $400M Indefinite Delivery Indefinite Quantity Contract (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build (D-B) Construction Services Korea in support of customers of the USACE FED. The proposed contract will be a competitive firm-fixed-price contract procured in accordance with FAR 15, Negotiated Procurement using the �Best Value� trade-off process. The purpose of this synopsis is to gain knowledge of the interest, capabilities, and qualifications of various members of industry for NAICS 236220, Commercial and Institutional Building Construction. The Government must ensure there is adequate competition among the potential pool of responsible contractors. NOTE: ANY SOLICITATIONS PURSUED ARE INTENDED FOR LOCAL SOURCES ONLY. LOCAL SOURCES ARE THOSE PHYSICALLY LOCATED AND LICENSED TO CONDUCT BUSINESS IN KOREA. SCOPE OF WORK The scope of work for the resultant contract will primarily be associated with the design, renovation/alteration of existing active facilities, new construction, and major repair. Work may include, but is not limited to: grading, water lines, sewer lines, paving/repaving roadways, painting, roofing, renovation of interiors of existing buildings, new building construction, structural construction, Heating, Ventilating, and Air Conditioning (HVAC) systems and components, refrigeration systems, fire suppression systems, fuel pipeline and storage systems, power and services supplies, distribution and utilization systems (including lighting), power generators and Uninterrupted Power Supplies (UPS), public address systems, fire alarm systems, telephone systems, asbestos, lead based paint, and petroleum-contaminated material abatement and disposal, and exterior site and systems work such as utilities infrastructure, roadways, sidewalks, parking lots, landscaping, and irrigation. QUALIFICATIONS OF DESIGNERS: All design professionals shall have current registration to practice in the United States. Acceptable qualifications for Designers are as follows (Area/Qualifications): A. Architectural/Graduate Architect with professional registration and a minimum of 2 years experience as a licensed professional Architect; B. Civil/Graduate Civil Engineer with professional registration and a minimum of 2 years experience as a licensed professional Civil Engineer; C. Mechanical/Graduate Mechanical Engineer with professional registration and a minimum of 2 years experience as a licensed professional Mechanical Engineer; D. Fire Protection/Graduate Mechanical, Electrical, or related engineering discipline with professional registration and a minimum of 2 years experience dedicated to fire protection engineering that can be verified by documentation or a professional fire protection engineer with a minimum of 2 years experience; E. Electrical/Graduate Electrical Engineer with professional registration and 2 years experience; G. Structural/Graduate Structural Engineer with professional registration and a minimum of 2 years experience as a licensed Structural Engineer; CONTRACTOR'S RESPONSIBILITY FOR DESIGN: A. The contractor shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other non-construction services furnished by the contractor under this contract. The Contractor shall, without additional compensation, correct or revise any errors or deficiency in its designs, drawings, specifications, and other non-construction services and perform any necessary rework or modifications, including any damage to real or personal property, resulting from the design error or omission. B. The standard of care for all design services performed under this agreement shall be the care and skill ordinarily used by members of the architectural or engineering professions practicing under similar conditions at the same time and locality. Notwithstanding the above, in the event that the contract specifies that portions of work be performed in accordance with a performance standard, the design services shall be performed so as to achieve such standards. C. Neither the Government's review, approval or acceptance of, nor payment of, the services required under this contract shall be construed to operate as a waiver of any rights under this contract or of any cause of action arising out of the performance of this contract. The contractor shall be and remain liable to the Government in accordance with applicable law for all damages to the Government caused by the contractor's negligent performance of any of these services furnished under this contract. D. The rights and remedies of the Government provided for under this contract are in addition to any other rights and remedies provided by law. E. If the contractor is comprised of more than one legal entity, each entity shall be jointly and severally liable hereunder. Selection may be based upon evaluation factors which may include but is not limited to experience, past performance, organizational structure, technical approach, and price. Respondents should also consider substantial mobilization efforts and transportation costs associated with this project as project locations may include various geographical locations within the nation of Korea. Under this contract, the contractor shall provide all necessary labor, material, supervision, and equipment for the design, construction, repair, and/or alteration to sustain, restore, and or modernize administrative buildings, health facilities, warehouses, hangars, ancillary facilities, and schools, using Military Construction (MILCON) and Operations and Maintenance (O&M) processes. Any resultant contract will be for a period of one (1) base year and four (4) options. Each contract awarded under the IDIQ contract will share the total contract capacity estimated at $400M over the five year period. The Government is seeking contractors with the capabilities to perform up to a minimum of five (5) task orders simultaneously. The estimated minimum size of a task order is $300,000. The estimated maximum size of a task order is $50,000,000 with the average size task order being approximately $5,000,000. Contractors should expect to be able to propose up to 14 task orders during any given year (base and all optional ordering periods). Prior Government contract work is not required for submitting a response under this sources sought synopsis. The North American Industry Classification System code for this procurement is 236220 - Commercial and Institutional Building Construction. The US Small Business Administration Size Standard is $36.5 Million. To make an appropriate acquisition decision for this project, the Government may use responses to this market survey. The type of solicitation issued and the manner of advertisement may depend on the responses to this market survey. Anticipated solicitation issuance date is on or about March 2022, and the estimated proposal due date will be on or about April 2022. The official pre-solicitation notice citing the solicitation number will be issued through the SAM website, but will be exclusively solicited to the Far East District Pre-Qualification Construction Contractor list. Instructions on how to get into the Pre-Qualification Construction list will be provided at the Industry Day event on 06 October 2022 of which the details are posted on SAM.gov. Company's response to this sources sought notice shall be provided on the attached Capabilities Survey. Interested companies shall respond to this Sources Sought Synopsis no later than 12 P.M. Korean Standard Time on October 13, 2022. All interested companies shall be registered in the System for Award Management (SAM) database in order to be eligible for award of Government contracts. Interested sources are requested to complete the attached Capabilities Survey and email the completed forms to: chuhui.hong@usace.army.mil and steven.j.griffiths@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/20070b8265c14f4ebd9d6507efaf4405/view)
- Place of Performance
- Address: KOR
- Country: KOR
- Country: KOR
- Record
- SN06464009-F 20220915/220913230136 (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 |