MODIFICATION
Y -- Sources Sought for construction projects in support of the DoDEA DDESS SRM Program.
- Notice Date
- 12/10/2012
- Notice Type
- Modification/Amendment
- 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-0010
- Response Due
- 12/19/2012
- Archive Date
- 2/8/2013
- 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-0010: The Norfolk District, Corps of Engineers is contemplating a Multiple Award Task Order Contract (MATOC) for construction projects in support of the Department of Defense Education Activity (DoDEA) Domestic Dependent Elementary and Secondary Schools (DDESS) Sustainment, Restoration, and Modernization (SRM) Program. This Contract is for construction services with multiple awardees. Actual work is awarded through task orders. The Government anticipates award of up to six contracts to experienced sources performing a wide range of construction projects. Multiple awardees compete with each other for task orders. Each contract will have a base period of one-year from the date of award with options to extend up to four additional one-year periods. Each contract will not exceed a term of five years and together the MATOC shall not exceed a maximum of $16,000,000 over a five-year period. The guaranteed minimum amount is $20,000. The estimated award date is early spring 2013. The contract(s) shall be awarded subject to the availability of funds, FAR 52.232-18, because the contract shall not be fully funded at the time of award. Funding shall be O&M and shall be cited on individual task orders. The task orders awarded under the proposed Contract are for sustainment, restoration, and modernization construction projects only. Contractors shall be capable of handling construction in support of new minor construction projects, renovations, demolition, remediation, and some environmental services. Contractors shall have experience working with schools grades K-12 and be capable of up to $2,000,000.00 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) acknowledge ability to support projects within any or all of the following areas: (3a) the Continental United States (CONUS), its Trust Territories, and Cuba combined; (3b) locations within CONUS Northeast which includes West Point, Hanscom AFB, Quantico MCB, Dover AFB, Fort Campbell, Fort Knox, and Dahlgren NSWC; (3c) locations within CONUS Southeast which include Fort Bragg/Pope AFB, Camp Lejeune, Fort Stewart, Fort Jackson, MCAS Beaufort/Laurel Bay, Maxwell AFB, Fort Benning, Fort Rucker, and Peachtree City, Georgia. (3d) Trust Territories to include Fort Buchanan and Ramey, Puerto Rico (3d) Guantanamo Bay, Cuba. (4) 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 and provide one hard copy to the attention of Jennifer Majdeski no later than 11:00AM EST 19 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-0010/listing.html)
- Place of Performance
- Address: USACE District, Norfolk 803 Front Street, Norfolk VA
- Zip Code: 23510-1096
- Zip Code: 23510-1096
- Record
- SN02945971-W 20121212/121210234458-dc8047c8ab15f2ffce377e9e046c00f9 (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 |