Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2014 FBO #4466
MODIFICATION

Y -- SOURCES SOUGHT MARKET RESEARCHREVISION:

Notice Date
2/13/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G14R0034
 
Archive Date
2/13/2015
 
Point of Contact
Robert M. Duran, (817) 886-1070
 
E-Mail Address
USACE District, Fort Worth
(robert.m.duran2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: W9126G-14-R-0034, Project/P2 Number: 398201, Repair Brigade HQ Bldg 410, FY14, Ft. Hood, Killeen, TX This is a SOURCES SOUGHT MARKET RESEARCH REVISION announcement: This is a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers (USACE-SWF) - Fort Worth District has been tasked to Renovate, Repair Brigade HQ Bldg 410 at Fort Hood, Killeen TX. Proposed project will be a competitive, firm-fixed price, design/build contract procured in accordance with FAR 15, Negotiated Procurement using quote mark Best Value Trade-Off evaluation process. The government intends to issue a solicitation as a Competitive Small Business opportunity; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision to be issued will depend upon the responses to this synopsis. The Government is seeking qualified, experienced sources capable of performing the design and construction for the renovation of a Brigade Headquarters building (Bldg 410), interior walls shall be constructed/reconfigured to meet the user group needs. Windows, doors, and curtain wall shall be removed and replaced with more energy efficient and blast resistant units. Exterior walls and roof shall be updated with better insulation and an air barrier, and the interior shall be completely renovated with new finishes throughout. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service- Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. In accordance with DFAR Part 236, the estimated construction magnitude for construction range for this project is: 1. Design-Build, Two Phase, Best Value Trade Off Evaluation 2. Between: $10 million - $25 million 3. NAICS Code: 236220 4. Size Standard $33.5 Million and Unrestricted Large Business 5. FSC Code: Z2AZ 6. Statement - Under FAR 52.219-14, Limitations on Subcontracting, the Small Business prime contractors must perform at least 15% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the negotiation of this acquisition are: (1) at least 70% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 6.2% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 7% of a contractor's intended subcontract amount be placed with women- owned SB (WOSB); (4) at least 2.0% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SDVOSB; (5) at least 9.8% of a contractor's intended subcontract amount be placed with HUBZone SB; (6) at least 3.5% of a contractor's intended subcontract amount be placed with veteran owned. 8(a) firms are reminded they need to have a bona fide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. No automated management information systems will be required under the contract. Capacity and capability to perform work in compliance with Federal, State and Local regulations and laws, and within the required time frame is required. It is anticipated that multiple projects may be awarded simultaneously to the selected firm(s). Firms shall demonstrate adequate team capacity to coordinate, and manage multiple task orders concurrently to meet required milestones. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The type of solicitation to be issued will be for a Two Phase Design-Build Best Value Trade Off selection procedures. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The awards will be based on overall Best Value Trade Off evaluation to the Government. Anticipated release of the solicitation for Phase I issuance date is on or about 19 March 2014. *******PHASE I******** The estimated date for PHASE I Proposals will be due on or about 18 April 2014. ******* PHASE II ******** Anticipated release of Phase II Solicitation issuance date is on or about 28 April 2014. The estimated date for PHASE II Proposals will be due on or about 13 May 2014. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm'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 bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples. 4. Firm's Size: Large, small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a). 5. Firm's Joint Venture information if applicable - existing and potential. 6. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). To receive notices, updates and the solicitation postings, it is recommended to complete the Watch tab and the Interested Vendors tab in FEDBIZOPS for this project. Interested Firm's shall respond to this Sources Sought Market Research Synopsis no later than 5:00 p.m. CST 27 February 2014. All Firms who may have previously submitted shall resubmit per this special notice for the purpose of accurate Market Research of interested Offerors. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to: Robert M. Duran USACE - Fort Worth District ATTN: CESWF-CT-C 819 Taylor Street, Room 2A17 Fort Worth, TX 76102-0300 Fax: 817-886-1075 Email: Robert.M.Duran@usace.army.mil EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. ALL OTHER RESPONSES WILL BE REQUIRED TO BE PRE-CORDINATED. Contracting Office Address: USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300 Place of Performance for SOURCES SOUGHT MARKET RESEARCH RESPONSES: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX 76102-0300 US Point of Contact(s): Robert M. Duran, (817) 886-1070 USACE District, Fort Worth
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G14R0034/listing.html)
 
Record
SN03288665-W 20140215/140213234403-a75aa6bd6d42988c333a22a6a81ee280 (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.