MODIFICATION
Y -- General Construction MATOC
- Notice Date
- 12/17/2012
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-13-R-0004
- Point of Contact
- Monteene C. Wampler, Phone: 9126525504
- E-Mail Address
-
Monteene.C.Wampler@usace.army.mil
(Monteene.C.Wampler@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought/Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Savannah District, is conducting research to determine the market capabilities of potential contractors to support projects in the broad category of General Construction under a Multiple Award Task Order Contract (MATOC), estimated total capacity of $499M over a five (5) year period. Task orders issued under this proposed MATOC will be for work primarily in North Carolina; however, work may also be performed at other Federal Facilities located within the geographic boundaries of the U.S. Army Corps of Engineers South Atlantic Division (North Carolina, South Carolina, Georgia, Florida, Alabama, and Mississippi). Task orders placed under this MATOC are intended to provide rapid response for General Construction: new construction, rehabilitation, maintenance or repair of situations relating, but not limited to, site work, infrastructure, mechanical systems, drainage systems, plumbing, utility systems, structural, electrical, HVAC, instrumentation, security and safety areas of Government facilities. Work may involve Vertical Construction to include new construction and/or Design Build of various types of facilities, including but not limited to: Administrative & Office Facilities, Recreational Facilities, Educational Facilities, Medical Facilities, Military Training Facilities, Weapons Training Facilities (Shoot-houses), Animal Training & Storage Facilities, Religious Facilities, Recreational & Storage Facilities, Dining Facilities, Vehicle Maintenance Facilities, Aircraft Storage Facilities, Hangars, Warehouses & Barracks, Company Operational Facilities, etc. Work under this MATOC may also include rehabilitation, renovation and repair of buildings, building additions, pre-engineered buildings and other structures (e.g., open bay pre-engineered, storage facilities, training ranges, etc.) and Anti-Terrorism Force Protection of new and existing facilities in addition to; Horizontal Construction including, but not limited to, new construction, rehabilitation and repairs of highways, roads, streets, airport runways, concrete aprons, sidewalks, storm drainage, landscaping, sodding, detection loops, pedestrian bridges, highway bridges (bridges that do not span over major waterways), parking lots, traffic lines and traffic markings. Task order values may range from $5M to $100M, and may be funded with SRM or MILCON funds. All interested firms with 236220 as an approved NAICs code have until 11 January 2013 at 2:00 p.m. to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current CCR - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, TN, MS, FL, KY, SC)] any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via CCR. - Bonding capability - both single and aggregate capacity for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity. - Evidence of capabilities to perform comparable work in the area of General Construction on three (3) recent projects (not more than five (5) years old.) Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, secure facility, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Construction only, Renovation or Rehabilitation, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. - Firm's capability to perform, to include geographic span and project size. Include firm's in-house capability to execute design and construction, or established relationship with a design firm to perform Design Build. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, nor more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is no sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted in hard copy along with one (1) copy on CD-ROM via FedEx or UPS to: U.S. Army Corps of Engineers Attn: Monteene Wampler 100 W. Oglethorpe Avenue Savannah, GA 31401 Electronic copies will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-13-R-0004/listing.html)
- Place of Performance
- Address: U.S. Army Corps of Engineers, Savannah District, United States
- Record
- SN02950115-W 20121219/121217234149-abdee15a87a54a4310f0dc76cd48df72 (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 |