Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2022 SAM #7663
SOURCES SOUGHT

Y -- Paving at Military and other Federal Facilities throughout New England

Notice Date
11/21/2022 4:34:59 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ23X0014
 
Response Due
12/20/2022 10:00:00 AM
 
Point of Contact
Heather Skorik, Phone: 9783188040
 
E-Mail Address
heather.skorik@usace.army.mil
(heather.skorik@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 to determine interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, and Small Business concerns.� The NAICS code for the work is 237310.� �The total capacity of the MATOC pool is $10 million to $15 million which will be shared amongst all contract holders, potentially 2-4 contractors, with an estimated annual amount of $2 million a year for five years.� Work under this contract is expected to begin in September 2023 with a five year ordering period.� The MATOC will be comprised of a pool of contractors for execution of paving construction, rehabilitation, maintenance or repair of areas to include, but not limited to roads, streets, sidewalks, and parking areas at Military and other Federal Facilities throughout the six New England States. Individual projects for repair or new construction will be solicited via Design-Bid-Build methodology. The work will be located within the New England District�s geographical boundaries (VT, ME, NH, MA, RI, CT). Interested prime contractors only should submit a capabilities package to include qualifications and up to three (3) project examples of past experience in performing the work requirements stated above.� The qualifications portion of the package should include the following: 1) Identify the nature of work performed by the firm and the percentage of work typically self-performed; 2) Business classification (i.e. HUBZone, etc.); 3) Features of work typically performed by subcontractors; 4) Qualifications of the employees within the firm/team; 5) Task order management; and 6) The firm�s safety record. �Proof of bonding capability is required to demonstrate the ability to execute multiple concurrent task orders ranging from approximately $100,000 to $2,000,000.� The firm should also describe their in-house capabilities to self-perform the above stated work requirements.� The capabilities package should identify the typical extent of self-performance for projects meeting the description provided above. The following should be included in the capabilities package for each of the project examples: 1) Description of Project; 2) Percentage and description of work performed by the Prime Contractor�s own forces; 3) Quality of Construction; 4) Timeliness of Performance; 5) Customer Satisfaction. �The project examples must have been performed within the last five years. Please include a Point of Contact and phone number for each project example who may be contacted for further information on the contractor�s effort and performance.� Responses are due 20 December 2022.� Responses are limited to fifteen pages with font size no smaller than ten.� Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: �Heather Skorik (Heather.M.Skorik@usace.army.mil).� The Government will not pay for any material provided in response to this market survey nor return the data provided.� This notice is for information purposes only and 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 to be in effect for a period of one year from the date of this notice.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/196a887bcc5545e5b6b290b3f2ae6a4a/view)
 
Record
SN06523692-F 20221123/221122211833 (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.