SOURCES SOUGHT
56 -- Indefinite Delivery Task Order Contracts for Construction and Design Build Construction
- Notice Date
- 11/7/2008
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-09-R-1FBO
- Archive Date
- 1/1/2009
- Point of Contact
- Jara N. Tartt,, Phone: 912.652.5078
- E-Mail Address
-
jara.n.tartt@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers, South Atlantic Division, Savannah and Mobile Regional Contracting Centers are seeking information regarding capability and availability of potential contractors to perform Indefinite Delivery Indefinite Quantity Task Order Contracts for various types of construction and Design Build Construction. The Savannah and Mobile Regional Contracting Centers propose to utilize a diverse mix of contractors via Multiple Award Task Order Contracts (MATOCs) and Single Award Task Order Contracts (SATOCs) at various task order levels and capacities. A determination regarding the potential for small business set-asides will be based on the information and interest received as a result of this notice. Potential contracts will be structured by region, facility type and/or type of work as follows: 1.General Construction MATOC: Any facility type, Design-Build and Design-Bid-Build of new or renovation work to be completed primarily in North Carolina but may be required in area within the geographic boundaries of the South Atlantic Region. Total capacity of $500M. 2.General Construction MATOC: Any facility type, Design-Build and Design-Bid-Build of new construction or renovation work to be completed primarily in Georgia and South Carolina but may be required in area within the geographic boundaries of the South Atlantic Division. Total capacity of $500M. 3.Ft Gordon Troop Barracks Upgrade Program (TBUP) MATOC: Renovation work on any facility considered to be part of the TBUP program at Ft Gordon. Some minimal new construction work and design effort may be required. Total capacity of $300M. 4.Department of Defense Schools: Construction and Design/Build Construction of DoD Schools. Work to be performed within the geographic boundaries of the South Atlantic Division. Total capacity of $350M. 5.South Carolina SATOC: Multi-Task Construction and Design/Build Construction task orders for General Construction supporting the District’s O&M program. Work to be primarily performed in South Carolina but may be required in any area within the geographic boundaries of the South Atlantic Division. Total capacity of $100M. 6.Ft Bragg SATOC: Multi-Task Construction and Design/Build Construction task orders for General Construction supporting the District’s O&M program. Work to be primarily performed at Ft Bragg, NC but may be required in any area within the geographic boundaries of the South Atlantic Division. Total capacity of $100M. 7.GA/SC MATOC: Multi-Task Construction and Design/Build Construction task orders for General Construction supporting the District’s O&M program. Work to be primarily performed in Georgia and South Carolina but may be required in any area within the geographic boundaries of the South Atlantic Division. Total capacity of $50M. 8.NC MATOC: Multi-Task Construction and Design/Build Construction task orders for General Construction supporting the District’s O&M program. Work to be primarily performed in North Carolina but may be required in any area within the geographic boundaries of the South Atlantic Division. Total capacity of $50M. 9.Ft Bragg Paving: Multi-task Construction and Design/Build Construction task orders for paving. Work will be performed at Ft Bragg, NC. Total Capacity of $50M. 10.North Mobile (including Maxwell AFB) MATOC: General Construction of any facility type, Design-Build and Design-Bid-Build of new construction or renovation work. Work to be primarily performed in North Mobile District (Tennessee, Mississippi, and Alabama) but may be required in any area within the geographic boundaries of the South Atlantic Division. Total capacity of $500M. 11.Gulf Coast (including Ft Rucker) MATOC: General Construction of any facility type, Design-Build and Design-Bid-Build of new construction or renovation work. Work to be primarily performed along the Gulf Coast but may be required in any area within the geographic boundaries of the South Atlantic Division. Total capacity of $500M. 12.Central/South Florida MATOC: General Construction of any facility type, Design-Build and Design-Bid-Build of new construction or renovation work. Work to be primarily performed in Central/South Florida but may be required in any area within the geographic boundaries of the South Atlantic Division. Total capacity of $500M. 13.North Mobile MATOC: General Construction of any facility type, Design-Build and Design-Bid-Build of new construction or renovation work. Work to be primarily performed in North Mobile District but may be required in any area within the geographic boundaries of the South Atlantic Division. Total capacity of $500M. 14.Gulf Coast (including Ft Rucker) MATOC: General Construction of any facility type, Design-Build and Design-Bid-Build of new construction or renovation work. Work to be primarily performed along the Gulf Coast but may be required in any area within the geographic boundaries of the South Atlantic Division. Total capacity of $500M. 15.Central/South Florida MATOC: General Construction of any facility type, Design-Build and Design-Bid-Build of new construction or renovation work. Work to be primarily performed in Central/South Florida but may be required in any area within the geographic boundaries of the South Atlantic Division. Total capacity of $500M. 16.Anniston SATOC: Construction and Design/Build Construction task orders for General Construction primarily supporting the District’s O&M program. Work to be primarily performed in area of Anniston Army Depot but may be required in any area within the geographic boundaries of the South Atlantic Division. Total capacity of $150M. 17.Gulf Coast SATOC: Construction and Design/Build Construction task orders for General Construction primarily supporting the District’s O&M program. Work to be primarily performed in the area of Eglin, Hurlburt, and Tyndall, but may be required in any area within the geographic boundaries of the South Atlantic Division. Total capacity of $50M. 18.Ft Rucker SATOC: Construction and Design/Build Construction task orders for General Construction primarily supporting the District’s O&M program. Work to be primarily performed in area of Ft Rucker but may be required in any area within the geographic boundaries of the South Atlantic Division. Total capacity of $50M. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses, Small Disadvantaged Businesses, Women-Owned Businesses, and Large Business Concerns. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33.5 Million. There are several other NAICS codes and size standards that may apply to specific projects or to individual contracts that specialize in a particular construction sector. Offerors are requested to respond to this Sources Sought Synopsis with the following information which shall not exceed five pages: 1. Offeror’s name, addresses, points of contact, telephone numbers, and e-mail addresses. 2. Offeror’s capability to perform, to include geographic span, logistic complexity, and project size. Include offeror’s in-house capability to execute design and construction, or established relationship with a design firm to perform a design/build task order. 3. Offeror’s business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Large Business Concerns. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 4. Offeror’s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). In addition to the above noted information, Offerors should indicate which of the above noted contracts they are interested in and provide no more than five (5) projects that are at least 50% construction complete within the past five years that demonstrate their capability to perform the work for which they express interest. Project information is not to exceed 1 page per project and should include title, location, general description of the project, Offeror’s role, and dollar value of the project. Interested Offerors shall respond to this Sources Sought Synopsis no later than 9 December 2008. NO RESPONSES WILL BE ACCEPTED BY FAX OR E-MAIL. ALL RESPONSES MUST BE DELIVERED BY COMMERCIAL CARRIER OR U.S. MAIL AND SHOULD BE ADDRESSED AS FOLLOWS: U.S. Army Engineer District Savannah, Attn: CECT-SAS-C/Jara Tartt, 100 West Oglethorpe Avenue, Savannah, GA 31401-3640. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a0cca8d43900108584c6098638169af9&tab=core&_cview=1)
- Record
- SN01702436-W 20081109/081107215454-a0cca8d43900108584c6098638169af9 (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 |