SOURCES SOUGHT
Y -- Veterans Administration, Veterans Integrated Services Networks(VISN) 15, 16, 17, 18, Hospital Construction, Multiple Award Task Order Contract.
- Notice Date
- 3/18/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- W9127S10R0000
- Response Due
- 3/24/2010
- Archive Date
- 5/23/2010
- Point of Contact
- Darrell L. Montgomery, 5013245720
- E-Mail Address
-
USACE District, Little Rock
(darrell.l.montgomery@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. This announcement is seeking information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry and not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. If the Government does issue a solicitation, it will be assigned a Procurement Identification Number such as W9127S-10-R-XXXX. The Government must ensure there is adequate competition among the potential pool of responsible contractors. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. SUMMARY OF REQUIREMENTS: The project consists of Design/Build Construction, Renovation and Repair of healthcare facilities supportive of the Department of Veterans Affairs, Veterans Integrated Services Networks (VISN) 15, 16, 17, and 18. The Department of Veterans Affair, VISN 15, 16, 17, and 18 includes, in whole or in part, the states of Arizona, New Mexico, Kansas, Missouri, Oklahoma, Arkansas, Louisiana, Illinois, Indiana, and Texas Veterans Health Care Systems. A priority responsibility is facility sustainment, restoration, modernization, which includes emergency, urgent and routine repairs, planned renovation, construction and maintenance of hospitals, clinics, administrative buildings, health facilities, warehouse, ancillary facilities and wellness centers. The proposed procurement will be a competitive Request for Proposal (RFP) resulting in two or more Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) multiple award task order contract(s) (MATOCS) with a NTE ceiling price of $500,000,000.00 with a base period of two years and three (3) one year option periods. Selection of the successful contractor(s) will be based on the Best Value Process using evaluation criteria that will be established in a future RFP. The work under these contracts will be accomplished through the use of Firm Fixed Price (FFP) task orders. The anticipated task orders will be competed among the MATOC contractors This MATOC will also allow for use by other customers of the United States Army Corps of Engineers Southwestern Division.. NACIS code 236220/ $33.5 M, the Standard Industrial Classification Code for this procurement is Subsector 236, Construction of Buildings. The Small Business Size Standard is $33,500,000.00. Concerns must submit a narrative describing their Companies ability to perform work that is comparable to the work described by this synopsis. The work will consist of various types of projects to include the following: maintenance, repair, asbestos and lead base paint abatement, and minor construction relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, antiterrorism and force protection. Work may consist of, but not limited to: design, new construction, renovation, repairs, preventive maintenance, environmental abatement, erosion control, earthwork and operations construction activities. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Please provide a Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the type of work, as well as your ability to work in the continental United States (CONUS) at various locations simultaneously. The SOC should be a maximum of 5 pages and shall include the following information (Please number each entry in accordance with information below). 1. Companys name, address, point of contact, phone number, and e-mail address. 2. Companys interest in bidding on the solicitation when it is issued. 3. Companys capability to meet design personnel requirements, if applicable 4. Companys capability to perform a contract of this magnitude and complexity and have successfully completed at least three (3) Design Build projects within the last 5 years (1 page). 5. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples maximum three (1) pages each. 6. Company shall demonstrate successful completion of one additional horizontal construction project of a same or similar nature with magnitudes in excess of $7 million. 7. Company small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a). 8. Company Joint Venture information if applicable existing and potential 9. Company Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firms shall respond to this Sources Sought Synopsis no later than 24 March 2010 by 10:00 AM. All interested firms must be registered in CCR http://www.ccr.gov/Contractors.aspx to be eligible for award of Government contracts. Please provide a DUNS number to verify CCR registration. Email your response to CESWL-AFMS include in the subject: VA MATOC capability statement NO FAX RESPONSES WILL BE ACCEPTED. Anticipated solicitation issuance date is on or about 11 June 2010, and the estimated proposal due date will be on or about 27 July 2010. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Contracting Office Address: US Army Corps of Engineers, CESWL-CT, Little Rock, AR 72203 Point of Contact(s): Darrell L. Montgomery, (501)324-5720.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S10R0000/listing.html)
- Record
- SN02096469-W 20100320/100318235303-f8236e7e4b2f18f4efec044b090c3d42 (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 |