Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2015 FBO #4856
SOURCES SOUGHT

Z -- Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Construction Contract (MATOCC) for Construction Services for Baltimore District

Notice Date
3/10/2015
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-15-S-0016
 
Point of Contact
Alex Heinzel,
 
E-Mail Address
alexander.t.heinzel@usace.army.mil
(alexander.t.heinzel@usace.army.mil)
 
Small Business Set-Aside
N/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 a Multiple Award Task Order Construction Contract (MATOCC) to up to five (5) Service Disabled Veteran Owned Small Business (SDVOSB) and/or HUBZone 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 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 SDVOSB and/or HUBZone contractors within the Baltimore District region to provide adequate competition to compete and perform a firm fixed price construction type contract. The work for this MATOCC consists of, but is not limited to: design build or design-bid-build construction. The task orders will range in size and complexity from small to large and from non-complex to non-technically complex. The nature and categories of work to be performed under this contract includes, but is not limited to, a variety of construction types from mechanical and electrical to new construction. Further details regarding the types of projects include the following: This contract is for a broad variety of major and minor repair, modification, rehabilitation, alterations and new construction projects as well as Civil Works projects in support of U.S. Army Corps of Engineers and its customers in the Baltimore District. Further projects may include: schools, administrative or special-use buildings, housing, etc. The requirements for the nature and categories of work to be performed under this contract include but are not limited to the following: site clearing, earthwork, site drainage and utilities, roads and walks, cast in place concrete, brick masonry, block and tile masonry, building renovation, new construction, asbestos abatement, lead paint removal, structural steel, steel joists and decking, rough carpentry, finish carpentry, built in cabinetry and furniture, roofing and siding, sheet-metal work, doors, windows and glazing, window coverings, entrances and store fronts, lath and plaster, drywall, painting and wall coverings, floor tile and carpeting, a variety of mechanical/electrical work, fire extinguishing systems, fire alarm systems, intrusion detection systems, heating and air conditioning, ventilating equipment and systems, ducts and controls, boxes and wiring devices, starters, breaker panels, switching devices and transformers, lighting, primary and secondary power systems, highly specialized, extensive equipment systems, facilities construction, facilities alteration and repairs, and facilities maintenance services of significant importance. These MATOCCs may be used to acquire time-sensitive disaster or emergency assistance construction activities related to flood control and water diversion projects, including but not limited to stream bank and shoreline stabilization/protection, ecosystem/habitat restoration and flood damage reduction within the Baltimore District's territory. The geographic area for this contract is to be limited to the Baltimore District Region which extends from West Virginia to Maryland and north into New York. Task Orders will be negotiated to obtain a fair and reasonable price. Task Orders may range from 50,000 to $3,000,000. The MATOCC contract is anticipated to consist of three (3) base years plus two (2) one year options. The estimated total contract capacity comprised of the base years plus option years will not exceed $49 million. Prior experience with construction of ranges of similar scope will be required. Estimated construction range: Between $50,000 and $3,000,000 per project. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. 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 sub-factors 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) 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; 1) Firm's type of business and business size; 2) Firm's Joint Venture information, if applicable, existing and potential; 3) 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 March 13, 2015 at 3:00 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 Alex Heinzel, Contract Specialist, at Alexander.t.heinzel@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-S-0016/listing.html)
 
Record
SN03663861-W 20150312/150311000557-637796fb7a6a01654e9622be6fd7dcf5 (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.