SOURCES SOUGHT
Z -- W45XMAJOCCAD Pre-Solicitation
- Notice Date
- 12/30/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-11-R-0104
- Response Due
- 1/14/2011
- Archive Date
- 3/15/2011
- Point of Contact
- Robert M. Duran, (817) 338-8640
- E-Mail Address
-
USACE District, Fort Worth
(robert.m.duran2@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT SYNOPSIS - W45XMAJOCCAD Pre-Solicitation for: W9126G-11-R-0104 For Job Order Contract, For SWD-Fort Worth, USACE Corpus Christi Army Depot Corpus Christi, Texas This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks 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. TO RECEIVE A NOTIFICATION OF THE SOLICITATION/REQUEST FOR PROPOSALS INTERSTED VENDORS MUST ADD THEIR INFORMTION TO THE INTERESTED VENDORS REGISTRY IN THIS ANNOUNCEMENT. RESPONSE REQUIREMENTS TO SOURCES SOUGHT AND THE SUBMISSION REQUIREMENTS ARE LISTED BELOW HEREWITHIN THIS ANNOUNCEMENT. The U.S. Army Corps of Engineers - South Western Division, Fort Worth, Texas has been tasked to solicit for and award a project/procurement to include Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for minor construction, addition, renovation, alteration and/or repair. Proposed project will be a competitive, Firm-Fixed Priced contract. The type of solicitation to be issued will depend upon the responses to 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. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community: 8(A) firms, Historically Underutilized Business Zones (HUB-Zone) firms, and Service-Disabled Veteran-Owned Small Business (SDVOSB) firms to compete and perform a Firm-Fixed Price Contract. The Government must ensure there's adequate competition among the potential pool of responsive contractors. SCOPE OF WORK: The Contractor shall provide, upon receipt of a job order, all work, materials, supplies, parts (to include system components), plant, supervision, labor, transportation, and equipment (except when specified as Government Furnished), for maintenance, repair, upgrade and construction of real property facilities at Corpus Christi Army Depot at Corpus Christi, Texas, and the related services as specified in strict accordance with all the terms, conditions, special contract requirements, specifications, drawings, attachments, and exhibits contained in the contract or incorporated by reference as follows. The Contractor's work and responsibility shall include all contractor planning, programming, administration, and management necessary to provide all facets of work for the construction and related services to be specified in the solicitation. The work shall be conducted by the contractor in strict accordance with the contract and all applicable Federal, State of Texas, and local laws, regulations, codes or directives. The contractor shall ensure that all work provided meets, or exceeds the critical reliability rates or tolerances specified or included in the applicable documents. The Contractor shall provide related services such as preparing and submitting required reports, performing administrative work, and submitting necessary information as specified under this contract and within individual task orders utilizing, brand name or equal to: RS Means Pro Vista Software. GENERAL INFORMATION: The Contractor shall perform major repair, maintenance, and minor construction defined in each task order. The Contractor shall provide all labor, material and equipment in sufficient quantities to meet approved requirements. At a minimum, to the selected vendor be required to sustain a, one seat, subscription to brand name or equal to: RS Means Pro Vista through the duration of the contract. Further details will be listed within the solicitation. The Contracting Officer's Representative (COR) will issue to the Contractor a Request for Proposal (RFP). The Contractor shall be responsible for estimating the level of effort required to perform the requested work. The Government will provide the basic requirement to the Contractor detailing the task to be accomplished. The detail provided will vary from a general idea of what is required with no drawings to complete design documents, depending on the complexity of the project. The contractor will be required to use and expand on the information provided by the Government utilizing office staff as described in the Personnel Qualifications Section. The Contractor shall submit a complete detailed proposal of items required to perform requirements including items described in the Ordering Procedures section, within the time frame stated in the RFP. The proposal must be of sufficient detail and broken out so that the Government can readily determine if estimated quantities and level of effort is adequate to meet requirements for each task and subtask. Award will be based on overall "Best Value" to the Government. Anticipated solicitation issuance date is on or about 21 January 2011, and the estimated proposal due date will be on or about 22 February 2011. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 21 January 2011. Final deliverables must be in RS Means format. Anticipated award date is February 2011 End of Statement of Work Magnitude of Construction not to exceed: $20,000,000. Duration of project is estimated 5 years, (base year with four option years). Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. NAICS Code: 236220 SB Size Standard: $33,500,000.00 Statement - Under FAR 52.219-14: Limitations on Subcontracting, the prime contractor must perform: As prescribed in 19.508(e) or 19.8113(e), insert the following clause: Limitations on Subcontracting (DEC 1996) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (c) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (d) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (e) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of clause) [52 FR 38190, Oct. 14, 1988, as amended at 55 FR 52798, Dec. 21, 1990; 61 FR 67411, Dec. 20, 1996; 64 FR 32749, June 17, 1999] According to the FAR 4.11, prospective vendors must be registered in CCR prior to the award of a contract; basic agreement, basic ordering agreement, or blanket purchase agreement. According to FAR 52.204-7, to register in CCR, a firm must have a Data Universal Numbering System (DUNS) number. The DUNS Number is assigned by Dun & Bradstreet, Inc. (D&B) to identify unique business entities. EFT and assignment of claims as stated FAR 52.232-33 Para. G.: "EFT and assignment of claims. If the Contractor assigns the proceeds of this contract as provided for in the assignment of claims terms of this contract, the Contractor shall require as a condition of any such assignment, that the assignee shall register in the CCR database and shall be paid by EFT in accordance with the terms of this clause. In all respects, the requirements of this clause shall apply to the assignee as if it were the Contractor. EFT information that shows the ultimate recipient of the transfer to be other than the Contractor, in the absence of a proper assignment of claims acceptable to the Government, is incorrect EFT information within the meaning of paragraph (d) of this clause." Central Contractor Registration (CCR) is the primary vendor database for the U.S. Federal Government. Since October 1, 2003, it is federally mandated that any business wishing to do business with the federal government under a FAR-based contract must be registered in CCR before being awarded a contract. In addition, vendors must maintain their CCR records annually. Online Representations and Certifications Application (ORCA) replaces most of the paper based Representations and Certifications (Reps and Certs) in Section K of solicitations with an Internet application. FAR 52.204-8 mandates the use of ORCA on or after January 1, 2005. CCR and ORCA are complementary systems. ORCA reuses data pulled from CCR and pre-populates many of the required Representations and Certifications. Then, the vendor completes the remaining Reps and Certs with the understanding that with each solicitation they are certifying to current, accurate and complete information. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 21 January 2011, and the estimated proposal due date will be on or about 22 February 2011. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities http://www.fbo.gov and inviting firms are required to register electronically as an interested vendor to receive a copy of the solicitation when it is issued. Please respond in writing to this announcement to: Robert M. "Mike" Duran, Contract Specialist, via e-mail: robert.m.duran@usace.army.mil. Subject: JOC CCAD Sources Sought SOURCES SOUGHT RESPONSE DUE: 14 JAN 2011, NO LATER THAN: 12:00 CST. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS IN PDF FORMAT. ALTERNATIVELY, ONE (1) HARD COPY IS ACCEPTABLE. HOWEVER, INCLUDE A "CD" PDF VERSION WITH THE SUBMISSION WITH THE MAIL IN OR DELIVERED COPY. Mailing Address: U.S. Army Corps of Engineers Attention: Robert Duran Subject: JOC CCAD Sources Sought 819 Taylor Street, Suite: 219A Fort Worth, Texas 76102 Include with response: Company Name: Contact Name: Duns and Bradstreet Number: Business Address: (No Post Office Boxes) City: State: Zip/Postal Code: Country: U.S. Phone: EMAIL: Business Types: Expiration Date: Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Bonding Levels Construction Bonding Level, Per Contract (dollars): Construction Bonding Level, Aggregate (dollars): Service Bonding Level, Per Contract (dollars): Service Bonding Level, Aggregate (dollars): Responses shall be limited to no more than 5 pages, cover page not part of the count. Within your response, please include the following information: 1. Has your Design Team prepared 100% construction documents RS Means or similar database software as listed herein in the past 5 years? Yes_____ No______ If so, name the facility(s) and location(s), the total design contract fee, contract number, date of award, and provide the Installation points of contact, valid telephone numbers and email. Provide synopsis of design scope and define/differentiate services performed in-house and by consultants. Provide up to three project examples. 2. Do you have in-house capability or association with a team consultant who is experienced in performing RS Means with the Pro Version software for construction estimates? Yes______ No_______ 3. Have you or a team consultant performed industrial or systems engineering on this type of maintenance and manufacturing plant with multiple facilities and tasks? Yes______ No_______ 4. Do you have in-house capability or a Team consultant who has qualified personnel for multi-trade maintenance, repair, alteration and minor new construction? The work includes all labor, equipment, materials, transportation and supervision required to provide an indefinite quantity of miscellaneous construction, repairs and alteration work at predetermined wage, equipment and material costs, as well as related incidental work.? Yes_____ No______ 5. Can your design or cost estimating team provide a final RS Means proposal using the RS Means software? Identify the version type. ____________________________ Yes______ No_______ Define which team: _______________________ 6. Does the prime Small Business proposed for this contract have the capacity to perform at least 15% of the cost for the contract performance? Yes_____ No______ 7. Have you performed Job Order Contract (JOC) services, Indefinite Delivery/Indefinite Quantity (IDIQ) JOC type contract? Yes_____ No______ If yes, are you presently performing these services and are they included with question number one? Yes_____ No______ If not, provide name the facility and location, the total design contract fee, contract number, date of award, and provide the Installation points of contact, valid telephone numbers and email. Provide synopsis of design scope and define/differentiate services performed in-house and by consultants. 8. Are you registered contractor in: Central Contractor's Registration (CCR) https://www.bpn.gov/ccr/ Yes_____ No______ If yes, Registration Status:_________________ ______________________________ and ORCA https://orca.bpn.gov/login.aspx ? Yes_____ No______ If yes, Certification Validity:____________________________________________ END.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-11-R-0104/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN02352352-W 20110101/101230233606-068d8d90ac57185908e68c0911068df0 (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 |