Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2025 SAM #8580
SOURCES SOUGHT

99 -- Facilities Sustainment, Restoration, and Modernization (FSRM), and Military/Civil Construction, Design-Build (D-B)/Design-Bid-Build(D-B-B) Multiple Award Task Order Contract (MATOC)

Notice Date
5/22/2025 12:29:56 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F25SM033
 
Response Due
6/23/2025 12:00:00 PM
 
Archive Date
07/08/2025
 
Point of Contact
Michelle M. Alcover, Tyler P. Hegge
 
E-Mail Address
michelle.m.alcover@usace.army.mil, tyler.hegge@usace.army.mil
(michelle.m.alcover@usace.army.mil, tyler.hegge@usace.army.mil)
 
Description
THE PURPOSE OF THIS SOURCES SOUGHT ANNOUNCEMENT (W9128F25SM033) IS TO COLLECT AND UTILIZE THE INFORMATION PROVIDED IN SUPPORT OF MARKET RESEARCH AND ACQUISITION PLANNING PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE. Response to this request for information (RFI) is strictly voluntary and will not affect any business's ability to submit an offer, should a solicitation be released. There is no solicitation document associated with this announcement; this is not a request for proposal (RFP). The requested information is for acquisition planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise because of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This RFI constitutes a market research tool for the collection and analysis of information to determine capabilities and capacity of interested contractors. The, US Army Corps of Engineers (USACE), Northwestern Division, Omaha District is seeking qualified members of the Small Business Community (Small Business (SB), Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran Owned Small Business, Woman Owned Small Business (WOSB), Historically Underutilized Business Zone (HUBZone) and Section 8(a) Participants) or small business-led teams, and small business joint ventures that qualify under the North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction (having a size standard of $36.5M). This announcement constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of interested contractors that can provide services listed under NAICS code 236220 and are capable of performing work within Omaha District's and/or Northwestern Division's Area of Responsibility (AOR). There is also specific interest in past performance work in both North Dakota and South Dakota. NAICS CODE 236220: Commercial and Institutional Building Construction, Size Standard $36.5M. SCOPE OF WORK Work will consist of a wide range of FSRM (Facilities Sustainment, Restoration and Modernization)/MILCON (Military Construction)/Minor MILCON services for existing civil and military stakeholders with Omaha District�s AOR. FSRM/MILCON/Minor MILCON services may also include incidental demolition, hazardous and toxic waste remediation and disposal services per requirements set forth at the task order level. Incidental hazardous and toxic waste remediation may include asbestos/lead abatement or removal services. Additionally, work anticipated under this MATOC may also include, but is not limited to, design-build/design-bid-build, installation, upgrades, and/or repairs of VA or DOC facilities, secure spaces, and additional stakeholder facilities, to include: mechanical systems, electrical systems to include Essential Electrical Systems (EES) and telecommunications/IT/Low Voltage (including environmental monitoring and building automation systems - EMS/BAS), sewer systems, plumbing systems, and medical gas systems (categories 1-4); construction and minor construction of new buildings/structures, existing buildings/structures, fire protection systems, roadways, parking areas, pedestrian walkways, boat/access ramps, minor site grading, landscape plantings, exterior irrigation systems, retaining walls, and bank stabilization. Work in secure areas/secure spaces including but not limited to facilities constructed to ICD/IDS 705, AFI 16-16-1404 and AFI 31-101 should also be considered appropriate under this MATOC. Contractors should anticipate projects unique to hospitals, medical facilities, and testing laboratories. Contractors may be required to meet specific codes, standards, and regulations not typically prescribed for other types of facilities. Contractors may anticipate projects unique to secure spaces. Contractors may be required to meet specific codes, standards, and regulations not typically prescribed for other types of facilities. The industry for NAICS code 236220 is comprised of construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures. This NAICS code will typically be used for FSRM/MILCON/Minor MILCON requirements on military installations and some civil facilities such as the Veterans Administration (VA). Types of projects that may be performed under this contract include design-build/design-bid-build, installation, upgrades, and/or repairs of: mechanical systems, electrical systems, sewer systems, and plumbing systems, minor construction of new buildings/structures, existing buildings/structures, dam and levee structures, roadways, parking areas, pedestrian walkways, boat/access ramps, and bank stabilization and roofing Secure/SCIF facilities and spaces. TYPE OF CONTRACT Contracts are intended to be procured in accordance with FAR Part 15. It is projected that each contract awarded may have an ordering period of five (5) years from the date of award, via some combination of base and option years. Task orders are intended to be firm-fixed-price. The anticipated magnitude of task orders may range from approximately $50,000 to over $18,000,000, with an anticipated task order range amount of $1,000,000 to $4,000,000. SUBMISSIONS Responses to this Sources Sought Announcement shall be submitted via the following link: https://forms.osi.apps.mil/r/q4sN95Uxk2?origin=lprLink ------------------------------------------------------------------------ Responses to this Sources Sought Announcement are due no later than close of business, Monday, 23 June 2025. Email your response to Tyler Hegge at tyler.hegge@usace.army.mil, and Michelle Alcover at michelle.m.alcover@usace.army.mil. Service providers must be registered in SAM (www.SAM.gov) to be eligible for award of Government contracts The Omaha District Small Business Office may be reached at CENWO-SB@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/86db1d3766844479868904dfdb7e6fbe/view)
 
Record
SN07454277-F 20250524/250522230101 (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.