SOURCES SOUGHT
Y -- SOURCES SOUGHT FOR MATOC
- Notice Date
- 3/9/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-10-R-0011
- Response Due
- 4/30/2010
- Archive Date
- 6/29/2010
- Point of Contact
- Michelle Pearman, 540-665-3673
- E-Mail Address
-
USACE Middle East District
(michelle.r.pearman@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: The Middle East District (MED), of the Transatlantic Division (TAD), US Army Corps of Engineers (USACE) in partnership with the U.S Army Engineering and Support Center, Huntsville (HNC) is evaluating the ability of business to perform future anticipated large construction and design/build projects in the TAD Area of Responsibility (AOR). While the Government is not required to set-aside any overseas D-B or Construction projects for Small Businesses, the Government is performing market research in order to specifically determine if small businesses possess the capability to execute the requirements of these MATOCs. TADs AOR is the same as the US Central Commands AOR which includes 20 countries. The projects that would be good candidates to be awarded as Task Orders under the MATOCs include large to very large construction or D-B contracts throughout the AOR. MED had a MATOC in place from FY04 to FY08, with the following task order/project statistics: Average project value $ 29.2 M, Median project value $ 20.7 M, based upon 113 task orders/projects. During the expected duration of this new MATOC (FY12 through FY16), MED expects a similar program. MED expects to award several MATOCs to Offerors who are evaluated as highly qualified to perform the work. The number to be awarded is dependent upon many factors including the number of highly qualified offerors identified and such offerors capacities as determined based on the responses received to this market research effort. MED expects to award a base year and four one-year options periods. The total value of all MATOCs is expected to be no more than $ 3.8 Billion. 2. PROJECT INFORMATION: Typical projects will be those projects that support US forces in the AOR. The D-B or Construction projects envisioned for award as Task Orders under this MATOC include a vast array of building types commonly found at military installations, (barracks, dining facilities, equipment maintenance facilities, operations facilities, etc.). Construction of airfield and airfield support facilities is also envisioned. Contractors will be expected to perform all D-B and Construction as well as provide Logistical support, Medical support and Security for personnel, materials and equipment in support of the construction project, subcontractors and suppliers in a manner in compliance with all Federal Acquisition Regulation, USACE, and CENTCOM guidelines. Offerors must be able to perform all aspects of this requirement. 3. SUBMISSION REQUIREMENTS: The decision to reserve award(s) for qualified small business under a multiple award acquisition is being considered pending the evaluation of responses to this sources sought announcement. The Government is seeking to identify qualified sources under the North American Industry Classification System (NAICS) 236220 (Commercial and Institutional Building Construction) either singly or as part of an assembled team. All Interested firms should view the website at http://www.tam.usace.army.mil/IndustryDay10.asp for continuing updates and complete the attached Capability Statement and return it via e-mail to jennifer.l.staggs@usace.army.mil in the following format: Submission should be received by 1600 Central Time, 22 March 2010 and should not exceed ten (10) one-sided, 8-1/2 X 11 pages. The submission should address all questions in the capability statement and your ability to perform the work stated in the project information section of this notice. This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Jennifer L. Staggs, Contract Specialist at 256-895-1745 (jennifer.l.staggs@usace.army.mil) or Marcus D. Adams, Contract Specialist at 256-895-1386 (marcus.d.adams@usace.army.mil). Personal visits for discussing this announcement will not be scheduled.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-10-R-0011/listing.html)
- Place of Performance
- Address: USACE Middle East District P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Zip Code: 22604-1450
- Record
- SN02087616-W 20100311/100309235507-2262cb2fe5a4aac80a456c7f918466e1 (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 |