Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2008 FBO #2279
SOURCES SOUGHT

Y -- FirmFixedPrice Indefinite Delivery/Indefinite Quantity,Multiple Award Task Order Contracts,MATOCs, required to support Military Construction Projects assigned to the U.S. Army Corps of Engineers Southwestern Region primarily for Ft Worth Dist

Notice Date
2/20/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-08-S-FW89
 
Response Due
3/6/2008
 
Archive Date
5/5/2008
 
Point of Contact
joan.o.lore, 817-886-1086
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(joan.lore@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis Project Number: W9126G-08-S-FW89 RESPONSE DATE 03-06-2008 Information Needed: SOURCES SOUGHT SYNOPSIS: Market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PRO POSALS 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. Purpose of this synopsis is to gain knowledge o f interest, capabilities, and qualifications of various members of the Small Business Community, Small Business (SB), Section 8a, Historically Underutilized Business Zones HUB Zone, Service-Disabled Veteran-Owned Small Business, SDVOSB, to compete and perf orm a Firm Fixed Price; Indefinite Delivery - Indefinite Quantity; Multiple Award Task Order Contract. Any future announcement for a contract from this information will be for Infrastructure Construction required to support Military Construction Projects w ithin Southwestern Region primarily for Fort Worth District. Southwestern Region refers to geographic area encompassed by following states: AR, AZ, CA, LA, NM, NV, OK, and TX. Government is seeking qualified, experienced sources capable of performing infra structure construction work to support military projects within, but not limited to, Southwestern Region primarily Fort Worth District. A. Scope of Work: General over all scope of work for acquisition is intended to provide for construction site infrastru cture work, to include but not limited to, constructing site development, utilities for facilities located within geographic boundaries of Southwestern Region. The primary location for work is Ft Bliss Texas for Heavy and Infantry Brigade Combat Team Compl exes. Work and responsibilities will include all planning, programming, administration, management necessary to provide all infrastructure construction work specified. Work will be conducted in strict accordance with contract and all applicable Federal, St ate, and Local Laws, Regulations, Codes, and Directives. Work will also provide related services such as preparing and submitting required reports, performing administrative work, and submitting necessary information as specified under contract and within each individual task order. Site development and utilities involves all aspects and a wide range of site work includes but not limited to connections to and distribution of all utility systems: potable water with storage tanks and pump stations, sanitary s ewer with lift stations, natural gas, electrical, storm drainage, information system infrastructure. Also includes fencing, paved roads, sidewalks, clearing, grubbing, erosion control measures, landscaping, tank trails, Anti-Terrorism Force Protection, dem olition, and earthwork which includes cut and fill and excavation of borrow material. B. Nature of Work: Construction work necessary for requirements will be procured through a Sealed-Bid, Low-Bid process, then awarded as Construction Task Orders. The Con struction MATOC Contractor shall furnish all labor, materials, equipment, and supervision required to fully complete each task order. C. Program Intent: Execution of site infrastructure work under Military Construction will be accomplished utilizing Mul tiple Award Task Order Contracts, MATOC while utilizing specifications and drawings developed from a Land Development Engineer LDE.LDE will be a significant part of Govts Mil Const Prog delivery team. D. Additional Program Information: Much of work will be at Ft Bliss, Texas and White Sands Missile Range, NM.Anticipated projects are primarily site work development of the Military Construction Program executed within Southwestern Region Primarily for Ft Worth District.It is anticipated multiple projects ma y be awarded simultaneously to selected const companies.Companies shall demonstrate adequate team capacity to coordinate,construct,and manage multipletask order s concurrently to meet required milestones.Gov anticipates majority of task orders to range over $250,000.00.Gov is requesting members of SBCommunity interested furnish following information:1.Co name,address,point of contact,telephone number,and email add ress.2.Type of Small Business Community member SB,Section HistoricallyUnderutilizedBusinessZonesHUBZoneSB,and Service Disabled Veteran Owned SDVOSB 3.Provide a general statement of your capabilities and demonstrate the capacity to perform the work to inclu de Bonding Capacity, i.e., single project bonding, total bonding.4.Demonstrate specialized experience and technical competence in construction of site development over $5 million and demonstrate a minimum of three examples within past 5 years.Include name, address,telephone number,and email address of references.Also,provide a brief description of work performed, contract number, total contract value, and period of performance.Contracts must be same or similar to work described in this announcement.5.Constru ction Firms, including joint ventures, will be required to show they can perform all aspects of work, either by their in-house capabilities or through their subcontractors capabilities.THIS NOTICE is FOR INFORMATION ONLY.The information you are submitting are responses to the above five questions.ALL TIMELY SUBMITTALS RECEIVED FROM THE SMALL BUSINESS COMMUNITY WILL BE CONSIDERED. Existing and potential Joint-Ventures, Mentor Prot?g?, and teaming arrangements are acceptable and encouraged.For assignment of DUNS number, contact Dun and Bradstreet office at 1-866-705-5711 or via Internet at http://www.dnb.com).DUNS procedures replace the previous ACASS system/procedures. All contractors, to be eligible for award of a Government contract, MUST be registered in CCR prior to a proposal in response to an actual FedBizOpps Announcement.Contractors may register via CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1.888.227.2423.E-Mail responses to this request are preferred and should be sent to ATTN: Joan LoRe at: joan.lore@usace.army.mil or Fax responses to 817.886.6403.ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL.The due date and time for responses to this announcement is 2:00 pm Central Time, 06 MAR 2008 Ft Wo rth, TX,Point of Contact Joan LoRe 817.886.1086.
 
Web Link
US Army Corps of Engineers, Fort Worth District
(http://ebs.swf.usace.army.mil)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01512857-W 20080222/080220225622 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.