SOURCES SOUGHT
Z -- Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) for Design-Build (DB) and Design-Bid-Build (DBB) Construction Work for the National Security Agency on Oahu, Hawaii
- Notice Date
- 9/10/2013
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
- ZIP Code
- 96858-5540
- Solicitation Number
- W9128A-13-Z-0014
- Archive Date
- 10/16/2013
- Point of Contact
- Theodore T. Turney, Phone: 8088354392, Kent Tamai, Phone: 808-835-4377
- E-Mail Address
-
theodore.t.turney@usace.army.mil, kent.a.tamai@usace.army.mil
(theodore.t.turney@usace.army.mil, kent.a.tamai@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought is to determine interest and capability of potential qualified 8(a) small businesses, Historically Underutilized Business Zone (HUBZONE) small businesses and Service Disabled Veteran Owned Small Businesses (SDVOSBs) relative to the North American Industry Classification code (NAICS) 236220. The Small Business size standard for this NAICS code is $33.5 million average annual revenue. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. The U.S. Army Corps of Engineers, Honolulu District is performing a market research for a construction requirement entitled " Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) for Design-Build (DB) and Design-Bid-Build (DBB) Construction Work for the National Security Agency (NSA) on Oahu, Hawaii." The total capacity of the MATOC is estimated not to exceed $49.9M. Project Description Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) for Design-Build (DB) and Design-Bid-Build (DBB) Construction Work for the National Security Agency (NSA) on Oahu, Hawaii. The purpose of this indefinite delivery/indefinite quantity (IDIQ) contract will be to provide construction services, primarily in a highly secured Sensitive Compartment Information Facility (SCIF) at Kunia, Hawaii, but also other facilities on the Island of Oahu. The period of performance is expected to be a maximum of 5 years. The contractor shall have general construction experience and be familiar with various Department of Defense facilities repair and construction (to include work involving communication sites). Contractor personnel working on-site must be US citizens and MAY be required to obtain DoD standard security clearances. Contractors must have an aggregate bonding capacity of $20M. Task orders for construction work will vary in range from $100K to $20M and have no predefined amount. Task deliverables may be dynamic and require fast track proposals and execution. Potential examples of the types of projects may include, but not be limited to: a) Renovation/repair of whole floors within a fully operational office building, planned in such a way that allows for continuity of operations and minimizes disruptions. Work may include demolition and replacement of hazardous and deteriorated materials, replacement and updates to mechanical infrastructure, existing partitions, doors, and frames areas of finished flooring and acoustical panel ceiling. Parts of the air conditioning ductwork, electric/telephone/communications/data wiring, lighting, and sprinkler piping, etc. b) Restoration of critical building core and infrastructure on multiple floors within a fully operational office building, planned in such a way that allows for continuity of operations and minimizes disruptions. Work may include the relocation and modernization of central elements of the building's mechanical, electrical, and telecommunications systems. Mechanical work may include new distribution ductwork, VAV boxes, air devices, and HVAC controls accommodating zoned control. Electric work may include new lighting and electrical distribution from distribution boards to new circuits in offices and evenly spaced throughout a raised floor grid in open work areas. Telecommunications work may include new distribution from telecom closets to new locations in offices and evenly spaced throughout a raised floor grid in open work areas Sprinkler work may include modifications and adjustments to the existing infrastructure as necessary to accommodate new ceilings and new physical layouts through the renovated space. Where to Send Responses Submit responses via email to both Mr. Kent Tamai at Kent.A.Tamai@usace.army.mil and Mr. Theodore Turney at Theodore.T.Turney@usace.army.mil. Response Deadline October 1, 2011 at 4:00 p.m. (Hawaiian Standard Time) Place of Performance Oahu, Hawaii SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT (1) Your intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number or a copy of your System for Award Management (SAM) information (4) Size of firm (large or small), to include category of small business if applicable, such as 8(a), HUBZONE, or SDVOSB. (5) Firms Bonding Capacity - single and aggregate (6) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in performing similar projects, submit no more than three (3) past projects for which your firm was the prime contractor. The SOC should be no more than two (2) pages in length. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Solicitation is estimated to be issued October 2013. If inadequate responses are received, this solicitation may be issued for full and open competition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-13-Z-0014/listing.html)
- Place of Performance
- Address: Oahu, Hawaii, Fort Shafter, Hawaii, 96858, United States
- Zip Code: 96858
- Zip Code: 96858
- Record
- SN03182148-W 20130912/130910235656-22e67766489e672b9687fa1909dfcce9 (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 |