Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2024 SAM #8233
SOURCES SOUGHT

Z -- USACE Philadelphia District Multi-State Multiple Award Task Order Contract (MATOC) for Facilities Sustainment, Restoration & Modernization and Minor Construction

Notice Date
6/10/2024 1:00:59 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU25R000X
 
Response Due
6/24/2024 12:00:00 PM
 
Archive Date
07/09/2024
 
Point of Contact
Tiffany Chisholm, Phone: 2156566761, Cherita Williams, Phone: 2156566775
 
E-Mail Address
tiffany.z.chisholm@usace.army.mil, cherita.l.williams@usace.army.mil
(tiffany.z.chisholm@usace.army.mil, cherita.l.williams@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Solicitation #: W912BU-25-R-000X Procurement Type: Sources Sought Title: USACE Philadelphia District Multi-State Multiple Award Task Order Contract (MATOC) for Facilities Sustainment, Restoration & Modernization and Minor Construction Classification Code: Z -- Maintenance, repair, and alteration of real property NAICS Code: 236220 Primary Point of Contact:������ Tiffany Chisholm Contract Specialist Tiffany.Z.Chisholm@usace.army.mil Phone: (215) 656-6761 Description: This is a SOURCES SOUGHT SYNOPSIS for the purpose of obtaining market research only. NO PROPOSALS ARE BEING REQUESTED NOR ACCEPTED UNDER THIS SYNOPSIS. The U.S. Army Corps of Engineers, Philadelphia District, will use information obtained under this synopsis to develop an acquisition strategy to meet the requirements for the MATOC. The Philadelphia District is issuing this Sources Sought Notice to determine if there is an adequate number of interested and qualified SBA certified 8(a) firms serviced by the Delaware, New Jersey, Philadelphia, Baltimore, and Metro New York SBA district offices that have the technical capability and bonding capacity required for this project. Description of Proposed Contracts: The Government is considering awarding a Multiple Award Task Order Contract (MATOC) to three to seven contractors for facility sustainment, restoration & modernization (SRM) and minor construction projects. The ordering period will consist of a two-year base period and up to three one-year option periods under FAR 52.217-8, with a ceiling estimated capacity of $99M. Any task orders will be issued as a Firm Fixed Price award and may require Performance and Payment bonds. The task orders in this contract may range from $5,000 to $4,000,000. The expected durations for these projects are 365 days or less. The North American Industry Classification System (NAICS) code is primarily 236220, as well as 236210, 238110, 238160, 238210, and 238220. The small business size standard is $36.5 million. The MATOC contractors will be required to self-perform 15% of the work (i.e., the contractor may subcontract out up to 85% of the work). Project Locations: Principally in the states of Delaware, New Jersey and Pennsylvania. The work is anticipated to be on the following military bases: Dover AFB, DE; Joint Base McGuire-Dix-Lakehurst, NJ; Philadelphia Navy Yard, PA; Tobyhanna Army Depot, PA; but may also be elsewhere on or off military bases. Because the customers include Reserve commands and other agencies, a few of the projects may be dispersed elsewhere in the geographic scope of the North Atlantic Division, i.e., Connecticut, Maine, Maryland, New Hampshire, New York, Rhode Island, Vermont, Virginia and West Virginia. Type of Facilities: The work may be in a wide range of buildings found on military bases or other government complexes, e.g., Administrative Buildings, Dining Facilities (DFAC), Hangers, Housing, Medical Clinics, Research/Testing facilities, Training Support Complexes, Vehicle Maintenance Facilities/Motor Pools, Warehouses, and Weapons Facilities. The facilities also include other buildings, structures, grounds and infrastructure projects. Level of Design: Most of the task orders may be design/bid/build, i.e., the contractor bids upon an already-designed project. Some may be adapt/build, where the contractor bids upon a design that needs to be adapted to site conditions, or design/build, where the contractor is responsible for the design and construction services. The contractor may be responsible for heat load, electrical load, water flow or other calculations and analysis. Type of Work: The work involves facility major maintenance, repair, renovation, replacement, modification, alteration, or general construction. The building systems include: HVAC, plumbing, electrical and other ASTM UNIFORMAT II building systems. Projects also may include force protection measures, communications, landscaping/site work, grounds, sidewalks, parking lots, roads, supporting utilities and infrastructure. Security Requirements: To be considered, the prospective contractor, its business and personnel must be able to comply with the applicable base�s facility access requirements, and occasionally, contractor personnel may be required to obtain security clearances for particular task orders. Sources Sought/Market Survey Responses Requested: Interested Offerors can respond to this Sources Sought Synopsis to include the following information, which should not exceed a total of eleven pages: Offeror�s company name, address, home office immediate area, Data Universal Numbering System (DUNS) and Commercial and Government Entity (CAGE) Codes, and points of contact name, telephone numbers and e-mail addresses. �Business size/classification shall be indicated on the first page of the submission. Interest in doing renovation or construction projects of the following price ranges and locations: Location��������� /���������� Task Order Value Under $1M From $1M to $4M On Dover AFB, DE Elsewhere in Delaware On Joint Base McGuire-Dix-Lakehurst, NJ Elsewhere in New Jersey Philadelphia Navy Yard, PA Tobyhanna Army Depot, PA Elsewhere in Pennsylvania Occasionally outside of Delaware, New Jersey and Pennsylvania 4. Provide construction bonding level (expressed in U.S. dollars) per single task order; the aggregate sum total construction bonding level; and the current available bonding capacity. 5. Description of capability to perform SRM and minor construction projects, manage subcontractors, and capacity to execute such projects with other ongoing construction contracts or other work. Demonstrate the ability to operate outside of the firm�s home office immediate area, and the ability to manage multiple projects simultaneously of the magnitude listed above. 6. Past performance/experience on SRM and minor construction of similar scope and magnitude, describing no more than five projects, completed within the past five years. The past performance information should include project title; dollar value of contract; location; Offeror�s role; general description of the work, including any HVAC, electrical, plumbing or general construction to demonstrate relevance to the proposed projects; any environmental compliance requirements; who designed or adapted the design; and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Questions regarding this Sources Sought must be requested via e-mailed to both Tiffany Chisholm (tiffany.z.chisholm@usace.army.mil ) and Ms.� Cherita Williams (Cherita.L.Williams@usace.army.mil). Phone inquiries will not be answered or returned.� Responses to the sources sought should also be sent to the POCs above. Response Date: Friday, 24 June 2024 ***Bold lettering denotes changes/updates made to the sources sought
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/95337b51fea94f068420622d83d7672d/view)
 
Record
SN07092319-F 20240612/240610230120 (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.