SOURCES SOUGHT
Y -- ROOFING Indefinite Delivery Indefinite Quantity (IDIQ) Contract (MATOC) primarily for California but to include all of the boundaries of the South Pacific Division (SPD) Region.
- Notice Date
- 12/1/2014
- Notice Type
- Sources Sought
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-15-S-2346
- Response Due
- 12/16/2014
- Archive Date
- 1/30/2015
- Point of Contact
- Marsha Sells, 916-557-5232
- E-Mail Address
-
USACE District, Sacramento
(Marsha.R.Sells@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Ms. Sells at Marsha.R.Sells@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Certified 8a, Certified HUB Zone, Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a Market Survey for a Design-Build (D-B) General Construction Multiple Award Indefinite Delivery Indefinite Quantity Contract (MATOC) primarily for California but to include all of the boundaries of the South Pacific Division (SPD) Region. The capabilities will be evaluated solely for the purpose of determining whether to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in January 2015. The aggregate not-to-exceed amount for this IDIQ contract is $30 million or three to five years (whichever comes first). The NAICS Code is 238160, the size standard is $14.0 million, and the Federal Supply Code is Y1QA, Construction of Restoration of real property (public or private). Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Under FAR 52.236-1, the contractor shall perform on the site, and with its own organization, work equivalent to at least 25 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION This project is a Design-Build General Construction Multiple Award Indefinite Delivery Indefinite Quantity Contract (MATOC) for multiple construction/alteration/repair task orders. The basic IDIQ contract is to support design and construction work to be performed that will primarily consist of the following: The work covered by these specifications consists of furnishing all labor, equipment, appliances, devices and materials, and performing all operations necessary to accomplish a broad range of roof maintenance, repair, replacement and minor construction work for Sacramento District Boundary. The majority of roofing systems covered by this requirement is metal, build-up, rubber, PVC, elastomeric roofing, EPDM, or shingled. The work involved may include, but is not limited to concrete, insulating concrete for roofing, masonry repair, damp proofing, roof deck insulation, shingles, membrane roofing and sheet metal, roof analysis, rolled roofing, elastomeric single ply roofing, aluminum asphaltic roof coating, modified bitumen, roofing, sealants, and painting, decking repair, recovery board or insulation repair, boots for new plumbing, solar and other penetration. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 20 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, customer agency and contracting officer name for verification purpose, and dollar value of the project) - provide at least 3 examples. 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offeror's Joint Venture information if applicable - existing and potential 6) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by email or mail by 3:00 PM Pacific Time on 16 December 2014. Submit response and information to: Ms. Marsha Sells, CECT-SPK-A, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or Marsha.R.Sells@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-15-S-2346/listing.html)
- Place of Performance
- Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Record
- SN03583784-W 20141203/141201233921-ab65e34719c4a6ee15acf184dd14afdc (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 |