MODIFICATION
Y -- SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY TO ASSIST THE SEATTLE DISTRICT CORPS OF ENGINEERS IN DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING HUBZONE Single Award Task Order Contract (SATOC) IDIQ
- Notice Date
- 3/10/2015
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-15-R-0023
- Response Due
- 3/16/2015
- Archive Date
- 5/9/2015
- Point of Contact
- Patricia Ortiz, 253 966-4399
- E-Mail Address
-
USACE District, Seattle
(patricia.a.ortiz@usace.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Modification 01 10 March 2015 THIS IS A SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY TO ASSIST THE SEATTLE DISTRICT CORPS OF ENGINEERS IN DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING HUBZONE HUBZone Single Award Task Order Contract (SATOC) Indefinite-Delivery, Indefinite- Quantity (IDIQ) for Multi-Disciplinary Maintenance, Repair and Minor Construction Work in Support of the Joint Base Lewis McChord (JBLM) Public Works and Other Customers Supported by the Seattle District Corps of Engineers on Real Property at Various Locations in Washington, Oregon, Idaho and Montana. THIS IS NOT A PRE-SOLICITATION OR SOLICITATION ANNOUNCEMENT. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate pre-solicitation announcement will be published in the FEDBIZOPS. Responses to this SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY are not adequate response to any future solicitation announcement. The purpose of this notice is to gain knowledge of and determine the availability of potentially qualified HUBZone Small Business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 236220,Commercial and Institutional Building Construction limited to HUBZone firms in all geographical areas. For the purposes of the procurement in this study, a firm is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $36.5 million. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a small business set-aside is possible and/or appropriate. Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps of Engineers. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and capabilities to compete for and perform the contract described herein. Firms formally organized as design firms that have associated specifically for this project, consortia of firms or any other interested parties may submit information. Associations may be as joint ventures' or as key team subcontractor. ANTICIPATED CONTRACT INFORMATION: The Seattle District expects to solicit an HUBZone Single Award Task Order Contract (SATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract that will include a one-year Base Period with the option to extend for two one-year Option Periods, and a maximum dollar capacity of $30,000,000. Individual Task Orders to be negotiated and awarded under this expected Construction IDIQ contract will be firm-fixed price, will most likely fall in the range of - $50,000 to $2,000,000 and will be awarded up to the maximum dollar amount of $30,000,000. Task Orders will involve a broad range of multi-disciplinary maintenance and repair and minor construction work and may include a variety of trades such as carpentry, road repair, roofing, excavation, interior/exterior elements, mechanical, electrical, steam welding, asbestos, lead paint abatement incidental to construction, and/or project design. The contract may also be used for some, but few, design-build task orders; however, the majority of task orders can be expected to require some incidental design effort by the Contractor. Examples of typical incidental designs include, but are not limited to, fire alarm systems, fire sprinkler systems, HVAC system installation and balancing, communications systems, structural design of minor facilities or components and licensed professional engineer certification of site adaptation of pre-engineered structures. This expected HUBZone Construction contract will be solicited and procured in accordance with the Indefinite-Delivery, Indefinite Quantity as implemented in Subpart 16.5 of the Federal Acquisition Regulation (FAR). SUBMISSION REQUIREMENTS FOR THIS SOURCES SOUGHT: Responses to this SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY shall provide the prime contractor's name, address, phone number, email address and small business size status. Interested firms must provide a brief capabilities narrative indicating their specific experience with mechanical/electrical type design and engineering services as well as their specific interest in the anticipated contract described herein. Interested firms are also requested to provide a minimum of five (5) project examples that reflect their firm's experience with the following: -Performance of incidental design and construction services for projects located in Washington, Oregon, Idaho and/or Montana (include specific experience with projects at Joint Base Lewis-McChord, WA, if available) -Capability to support multiple ongoing construction projects (preferably up to five ongoing projects at any given time) -Specialized experience and technical competence of the firm in performing construction services SUBMISSION DUE DATE/TIME: Responses to this SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY should be received as soon as possible but no later than 2:00 pm (Pacific Time) on Monday, March 16, 2015. Please forward responses to the attention of Patricia Ortiz, Procurement Program Specialist, by email to patricia.a.ortiz@usace.army.mil, or by mail to USACE Contracting Special Projects Branch, Bldg 2015, N. 4th Street and Pendleton, Rm 336 (P. Ortiz), JBLM, WA 98433-9500.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-15-R-0023/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN03663693-W 20150312/150311000348-b313bb6a88821e05a4b23b3fb3eb4d25 (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 |