Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOURCES SOUGHT

Y -- International and Interagency Support Indefinite Delivery Type (IISIDT) Various Locations, Alaska

Notice Date
5/20/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-09-R-0043
 
Point of Contact
Sheri A. Della Silva, Phone: 9077532546, Roger D Williams, Phone: 907-753-5571
 
E-Mail Address
sheri.a.dellasilva@usace.army.mil, r.david.williams@usace.army.mil
(sheri.a.dellasilva@usace.army.mil, r.david.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE for Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) to support International and Interagency Support (IIS) for the U.S. Army Corps of Engineers, Alaska District, including services for Design-Build Construction (vertical and horizontal), Construction Only, Sustainment, Renovation and Modernization of real property projects with incidental environmental work including, incidental soil, asbestos and HTRW containment/disposal. Services include, but are not limited to, planning, designing and constructing new and/or renovated facilities for military and civilian customers of the U.S. Army Corps of Engineers, Alaska District. This is a SOURCES SOUGHT NOTICE for the purpose of obtaining market research only. NO PROPOSALS are being requested nor accepted under this notice. The U.S. Army Corps of Engineers, Alaska District, will use information obtained under this notice to develop an acquisition strategy to help meet the needs for this procurement. Typical requirements issued under the military, civilian, environmental and special projects branches of the U.S. Army Corps of Engineers, Alaska District customers are anticipated to be primarily associated with new construction, maintenance, repair, replacement, renovation, minor construction (including asbestos and lead base paint abatement), restoration, or modernization of a wide variety of facilities. Efforts may include, but are not limited to, planning, design, and installation/construction of the following systems: facilities construction; HVAC, plumbing, electrical, waste water treatment systems, elevators, building envelope, fire protection, AT/FP, demolition, fencing or total renovation. Horizontal design and construction projects could include clearing and grubbing, excavation, grading, road construction, area drainage plans, site surveys, range maintenance, and barge landing site preparation. Capabilities are simultaneously sought for firms possessing unique areas of expertise or lines of business to include; military installations/bases, on-road and off-road network construction, remote site logistics, transportation by land, sea and air, and ability to work in extreme environmental conditions including north of the arctic circle, the Aleutian Islands, and interior Alaska if necessary. More work is anticipated at locations with higher concentrations of facilities, but may be spread across the Alaska District. For more information on the Alaska District, please visit the following link: http://www.poa.usace.army.mil/hm/default.htm It is anticipated that Task Orders issued under these contracts will be made within the State of Alaska. The Pacific Ocean Division (POD) is defined as State of Alaska (interior and coastal areas) including the Aleutian Islands, State of Hawaii, and the Pacific Rim including Japan and Korea. It is possible and probable that we will use it to award task orders to those geographic areas. This intent is to find contractors with s due to the unique specialties sought for contractors with "road system and off-road system experience," and with unique specialties, i.e. arctic design/engineering and remote site work. Failure to respond to the market research survey will NOT preclude a firm from participating in the resulting solicitations; HOWEVER, lack of participation by small business contractors may result in fewer set-aside opportunities. The intent of this notice is to assess industry's small business concerns, including 8(a), Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone) and Service-Disabled Veteran-Owned Small Business (SDVOSB), capability and interest in performing a wide variety of services. The intent of this notice is to also investigating contractor's ability to obtain bonding for Task Orders in the range of $100,000 and $5 Million. Government anticipates award up to three contracts. The period of performance will include a base period and optional periods with a total term to not to exceed five years. The solitation will define task order procedures and minimum guarantee amount. The combined Alaska District program need is anticipated to be $75 Million over a five year period. The anticipated North American Industry Classification System (NAICS) code for this program is 236220, Commercial and Institutional Building Construction and a Business Size Standard of $33.5 Million. It is anticipated that the program need for the Alaska District may be met through the use of the multiple award process to establish various Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This approach is anticipated to result in the establishment of qualified pools of contractors who receive task orders ranging in size from $100,000 up to $5.0M, The total number of IIS IDT Contracts anticipated to be awarded and the size and type of any set-aside solicitation will be determined based on the responses received from this sources sought notice. The Government must ensure there is adequate competition among contractors for work to be performed under a multiple award approach. As part of your submission please provide evidence of your bonding capability as most Task Orders will require payment and performance bonds. This notice is seeking to identify industry's experience, past performance, and capabilities to execute this program. The information collected from the responses will be used to identify any set-aside opportunities that will provide adequate competition. Offerors responding to this Sources Sought Notice, need to submit the information defined below no later than 4:00pm Alaska Standard Time on June 5, 2009. Late submissions will not be accepted. Responses to this Source Sought Notice should submit the following information: Business Name Business Size Bonding capacity General and specialized experience in Design-Build Construction (vertical and horizontal), Construction Only, Sustainment, Renovation and Modernization of real property projects with incidental environmental work including, incidental soil, asbestos and HTRW containment/disposal. Provide at least three but no more than five related projects. Projects examples should include type, cost, period of performance, project manager information, contract type, and claims Experience working on and off the road system within Alaska. Provide at least three but no more than five off road projects. Define whether of not willing to work within the Pacific Ocean Division (POD). If willing to work, provide experience examples of work performed in the POD. Interested Offerors shall respond to this Sources Sought Notice by 4:00pm Alaska Standard Time on June 5, 2009. Responses will be considered in the development of the acquisition strategy to support this program. The Point of Contact for this action is Sheri Della Silva, Contracting Officer, Alaska District Corps of Engineers, at 907-753-2546 or sheri.a.dellasilva@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-09-R-0043/listing.html)
 
Record
SN01823124-W 20090522/090521001418-b51a6b3908bbf31a51b21982f5198698 (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.