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, 2015 FBO #4831
SOURCES SOUGHT

Y -- US Army Corps of Engineers, Baltimore District, 8(a) SATOC Sources Sought

Notice Date
2/13/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-15-S-0013
 
Response Due
2/19/2015
 
Archive Date
4/14/2015
 
Point of Contact
Stephen Stolte, 4109622711
 
E-Mail Address
USACE District, Baltimore
(stephen.a.stolte@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, Baltimore District is seeking market information in order to solicit and award five (5) Single Award Task Order Contracts (SATOCs) for construction to 8(a) firms in the Baltimore District area of responsibility. The Baltimore District includes Maryland, the District of Columbia, and parts of Pennsylvania, Virginia, and West Virginia. The intention of these five SATOCs is to select the five most qualified 8(a) firms and assign them to a specific area of responsibility to both rapidly respond to Government requirements and to gain a better understanding of USACE contracting. The Government proposes to issue firm fixed price type Indefinite Delivery Indefinite Quantity (IDIQ) contracts 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 the Baltimore District region 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 five areas of responsibility which include Ft. Belvoir, Ft. Meade, Ft. Detrick, Aberdeen Proving Ground, and the Letterkenny Army Depot/ Harrisburg, PA area. It is the Government's intention to assign one 8(a) firm to each of the specific areas of responsibility although task orders may be issued for other areas within the boundaries of the USACE-Baltimore District based upon need. 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 $2,000 to $8,000,000. Each of the five (5) SATOC contracts are anticipated to consist of one (1) base year plus two (2) one year option years. The total contract capacity, comprised of the base year plus two option years, on each SATOC will not exceed $8 million. Prior experience with construction of ranges of similar scope will be required. Estimated construction range: Between $2,000 and $8,000,000. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. The Small Business Size Standard for this acquisition is $36.5 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. 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 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 19, 2015 at 2:00 PM (EST). All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Please e-mail your response to Stephen Stolte, Contract Specialist, at Stephen.a.stolte@usace.army.mil. Email is the preferred method of delivery for responses to this synopsis. A physical mailing address can be provided upon request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-S-0013/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN03643106-W 20150215/150213235431-cfe332089eaaea6ef58cc4f4d5ec4891 (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.