Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2014 FBO #4456
SOURCES SOUGHT

Y -- 8(a) Set-Aside, Firm Fixed-Price Single-Award Task Order Contract (SATOC) for Fort Leonard Wood, Missouri

Notice Date
2/3/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-14-R-4017
 
Response Due
2/13/2014
 
Archive Date
4/4/2014
 
Point of Contact
Brad Wright, 816-389-3936
 
E-Mail Address
USACE District, Kansas City
(bradley.j.wright@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a Sources Sought Synopsis announcement, for market survey information only, to be used for preliminary acquisition planning purposes. No proposals are being requested and none will be accepted in response to this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers, Kansas City District has been tasked to solicit and award a Single Award Task Order Contract (SATOC) for construction at Fort Leonard Wood, Missouri. The Government proposes to issue a firm fixed price type Indefinite Delivery Indefinite Quantity (IDIQ) contract for this requirement. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this Market Research and Sources Sought Notice is to determine if there are adequate 8(a) contractors within SBA Region VII to provide adequate competition to compete and perform a firm fixed price construction type contract. The purpose of this proposed contract is to execute primarily sustainability, renovation, and modernization construction and/or design work at Fort Leonard Wood, Missouri, and surrounding areas. The scope of services under this proposed contract includes design-bid and design-bid-build work. Typical work may include but is not limited to repair and renovation of existing facilities potentially of the following types; industrial, distribution, manufacturing, office, retail, recreational, healthcare and commercial. Representative work examples may include general interior finish upgrades and space reconfiguration, electrical service improvements, roofing materials replacement, mechanical systems repair, storm drainage structure repair, plumbing repairs and improvements, walkways, etc. Work may also include some construction of new facilities. Representative work examples may include construction of small classroom facilities, toilet facilities, shelters, gazebos, etc. As requirements develop, Requests for Proposals (RFPs) for projects will be issued for each Task Order. Task Orders will include primarily Military Construction (MILCON), or Operations and Maintenance (O&M) projects. Task Orders will be negotiated to obtain a fair and reasonable price. Task Orders may range from $100,000.00 to $4,000,000. The maximum work executed in any given year will be limited to $10 million. The contract is anticipated to consist of one base year with one year and a half option period. The total contract capacity will not exceed $30 million. Prior experience with construction of ranges of similar scope will be required. Estimated construction range: Between $1,000,000 and $4,000,000. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. The Small Business Size Standard for this acquisition is $33.5 Million. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Not all technical evaluation factors and subfactors have been established at this time. Past Performance will be evaluated. Offeror's response to this synopsis shall be limited to 5 pages and shall include the following information: 1) Firm's name, address, point of contact, phone number, and e-mail address; 2) Firm's interest in providing a proposal in response to the solicitation when it is issued; 3) Provide location of the firms' 8(a) business in the Small Business Administration Region VII, which includes Nebraska, Iowa, Kansas, and Missouri. It is preferred that interested firms include their SBA letter approving the firm's bona fide place of business within Region VII; 4) Firm's capability to perform a contract of this magnitude and complexity (include firm's in-house capability to execute design-build and design-bid-build construction, comparable work performed within the past five (5) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, percentage of completion, and dollar value of the project). Provide at least three examples; 5) Firm's type of business and business size; 6) Firm's Joint Venture information if applicable existing and potential; 7) Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) Interested offerors shall respond to the Sources Sought Synopsis no later than February 13, 2014 at 2:00 PM (CST). All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Mail or e-mail your response to Brad Wright, Contract Specialist, 601 E 12th Street, Rm. 647, Kansas City, Missouri 64106. E-mail address: bradley.j.wright@usace.army.mil. E-mail is the preferred method of delivery for responses to this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-14-R-4017/listing.html)
 
Place of Performance
Address: Fort Leonard Wood MO
Zip Code: 65473
 
Record
SN03279507-W 20140205/140203234005-9457947e92a30c82e030549d305c2da7 (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.