SOLICITATION NOTICE
Y -- Sources Sought for Construction Projects for DoDEA
- Notice Date
- 11/29/2012
- Notice Type
- Cancellation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-13-R-0007
- Response Due
- 12/13/2012
- Archive Date
- 1/28/2013
- Point of Contact
- Jennifer Majdeski, 757-201-7118
- E-Mail Address
-
USACE District, Norfolk
(jennifer.r.majdeski@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE W91236-13-R-0007: The Norfolk District, Corps of Engineers is contemplating a Multiple Award Task Order Contract (MATOC) for construction projects for the Department of Defense Education Activity (DoDEA) Domestic Dependent Elementary and Secondary Schools (DDESS) within the Continental United States, its Territories, and Cuba. This MATOC is an Indefinite Delivery Contract for construction services with multiple awardees. Actual work is awarded through task orders. Multiple awardees generally compete with each other for task orders. There are some rules, whereby competition may be reduced or task orders are issued non-competitively to one contractor. The Government anticipates award of up to four contracts under the MATOC to experienced sources performing a wide range of construction projects. Each contract under the MATOC will consist of one-year base period plus four option periods. The total maximum amount the Government will order under all four contracts will not exceed $16,000,000.00. The guaranteed minimum amount for each contract is $8,000.00. The estimated award date is early Spring 2013. The task orders awarded under the proposed MATOC are mostly for sustainment, restoration, and modernization construction projects at existing schools, but the MATOC may also be used to award task orders for new construction. Contractors shall be capable of handling construction of minor construction projects, renovations, demolition, remediation, and some environmental services. Contractors shall have experience working on Government installations, with schools grades K-12, and be capable of up to $4,000,000.00 in bonding. Contractors shall also be capable of handling design-build and minor new construction. THIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of qualified sources prior to finalizing the method of acquisition, best timing, and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ALL interested Contractors are encouraged to fill out Attachment A. Submit 3 projects similar in scope and size to the projects described above, with a contract value between $50,000.00 and $1,500,000.00 and completed within five years of date of this sources sought. If experience is by your major subcontractor, please submit your subcontractor's information along with the prime contractor's information. The NAICS Code is 236220. We are requesting that all interested and qualified small business firms respond to this sources sought with a capability statement similar to your marketing package used in everyday business. Please specify your small business type (Hubzone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), etc.). The Government will utilize the following information in determining acquisition strategy: (1) how your company is uniquely capable and qualified to handle projects of similar scope, and complexity of the above described work; (2) summarize your past performance on projects completed similar to the project outlined above. The list of relevant projects shall include names of company, point of contact, phone and fax, project scope, type of contract and unique characteristics encountered within the execution of the contract; (3) bonding; provide your bonding capacity per contract. Please note that 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. Responses shall be no more than ten pages including projects contained within Attachment A. Please submit responses on a CD to the attention of Jennifer Majdeski no later than 11:00AM EST 13 Dec 2012 by mail or hand delivery to U.S. Army Corps of Engineers, 803 Front Street, Norfolk, VA 23510. The Contracting Office POC for this Sources Sought Notice is Jennifer Majdeski, Jennifer.r.majdeski@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-13-R-0007/listing.html)
- Place of Performance
- Address: USACE District, Norfolk 803 Front Street, Norfolk VA
- Zip Code: 23510-1096
- Zip Code: 23510-1096
- Record
- SN02939125-W 20121201/121129234426-74e330810f178225b172e36d21595f8e (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 |