Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2013 FBO #4400
MODIFICATION

Z -- U.S. Coast Guard - Base Support Unit (BSU) Kodiak Multiple Award Task Order Construction Contract (MATOCC)

Notice Date
12/9/2013
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Shore Maintenance Command (SMC), 915 Second Avenue, Room 2664, Seattle, Washington, 98174-1011, United States
 
ZIP Code
98174-1011
 
Solicitation Number
BIGMAC-14-0001
 
Archive Date
1/4/2014
 
Point of Contact
LeRoy W. Rushing, Phone: 2062207436
 
E-Mail Address
leroy.w.rushing@uscg.mil
(leroy.w.rushing@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
U.S. Coast Guard - Base Support Unit (BSU) Kodiak Multiple Award Task Order Construction Contract (MATOCC). This Sources Sought and is not a request for proposals nor does it constitute a statement of a current government requirement. The anticipated procurement is for renovation construction services for various types of facilities located at the United States Coast Guard (USCG) Base Support Unit (BSU) Kodiak, AK. The establishment of this MATOCC is anticipated to be a small business set-aside, but all interested parties are encouraged to submit capability statements. It is anticipated that this acquisition will result in three (3) firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts. It is also anticipated that task announcements will be issued under the Fair Opportunity Act for price proposals for construction work using various disciplines. Task Orders will be issued as a result of these task announcements. Task Orders awarded will vary in magnitude from a minimum dollar amount of $100,000.00 to a maximum of $5,000,000.00 per task. The projected total contract value is $45,000,000.00 for a base period of twelve (12) months with four (4) twelve (12) month option periods for an overall anticipated term of five (5) years. Each successful offeror will be required to provide all labor, material, supplies, transportation, supervision, and all other necessary items to perform a full spectrum of construction activities including; standard construction (Bid-Build) and Design / Build (D/B) delivery methods to successfully deliver new construction, repair and alterations, and demolition of Base facilities and infrastructure projects. The intent of the MATOCC is to provide the USCG with a stream lined contract that is flexible and responsive to meet reoccurring construction maintenance needs of Base facilities at Kodiak. The following incidental work could be expected during the performance of the contract should the need arise while performing construction services: Specialized work involving historic preservation, environmental constraints; including abatement of regulated or hazardous materials, building demolition, and construction involving hazardous or contaminated components of facilities, fuel systems, and infrastructure may be required. Common facilities found on BSU Kodiak include aircraft hangars, family housing, administrative and industrial buildings, utilities and roads, and waterfront facilities. Common trades required may include carpentry, plumbing, electrical, laborers, power equipment operators, cement workers, asbestos removers, painters, and other trades common to the construction industry. Contractors will be required to perform and execute construction services utilizing trades in multiple disciplines for various types of construction renovation projects. The executions of simultaneous Task Orders (TOs) are expected and may be required during the performance of this contract. Desired capabilities and qualifications include; - Expertise in construction related services and Design/Build construction. - The ability to augment the firm's capabilities with high performing specialty team members, or subcontractors. - Experience working in remote locations with harsh seasonal weather conditions. - Evidence demonstrating ability to work on multiple projects at different sites. - Bonding capability up to $5,000,000.00. Interested contractors should respond by registering on the Interested Vendor List for this procurement. This notice is issued for the purpose of market research in accordance with FAR Part 10. All written responses must include a written narrative of capability, including technical information demonstrating the ability to meet the above requirements. The responses must be sufficient to permit agency analysis to establish a bona-fide capability to meet the requirement. Responses are limited to no more than 10 pages. Cover sheets, organization charts, and business size/classification documentation are excluded from the page count. Please provide in your response the firm's business size and classification. A positive statement of the firm's intent to submit a proposal for the anticipated contract solicitation as a prime contractor is requested. Affirmative written responses must be received no later than 15 days after the publication of this notice. All questions regarding this notification shall be submitted in writing to Mr. LeRoy (Roy) Rushing via email at Leroy.w.rushing@uscg.mil. This is not a request for proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCP/BIGMAC-14-0001/listing.html)
 
Place of Performance
Address: Base Support Unit, Coast Guard Base Kodiak, Kodiak, Alaska, 99619, United States
Zip Code: 99619
 
Record
SN03248323-W 20131211/131209234302-c0dec2023ff8c35f7a67e0000e20eabe (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.