Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2015 FBO #4893
SOURCES SOUGHT

Z -- Small Business Design Build MATOC

Notice Date
4/16/2015
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-15-R-SS33
 
Response Due
5/13/2015
 
Archive Date
6/15/2015
 
Point of Contact
Kent Bernard, 509-527-7205
 
E-Mail Address
USACE District, Walla Walla
(kent.r.bernard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Small Business Design Build MATOC USACE - Walla Walla District Sources Sought Notice: W912EF-15-R-SS33 The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) for design build construction capability to provide repair and maintenance of real property and construction services to include new construction and renovation to large civil works projects (see Scope of Work below). Our intent is to award up to four (4) IDIQ contracts. Task Orders will be firm-fixed price. The value of each task order is expected to primarily be around $500,000.00 (or less), but the Government reserves the right to issue task orders up to $800,000. The North American Industry Classification System (NAICS) code subsectors for this work are: 236-Construction of Buildings (small business size standard of $36,500,000), 237- Heavy and Civil Engineering Construction (small business size standard of $36,500,000-except Dredging and Surface Cleanup Activities), and 238-Specialty Trade Contractors (small business size standard is $15,000,000). This sources-sought announcement is being issued to identify small business concerns with the capability to accomplish the work. This is not a solicitation. Only those firms responding to this announcement by submitting the following information will be considered in determining whether to set aside this requirement. Please provide the following: 1) A capability statement expressing interest in this requirement, describing your company, its capability to complete a project of this magnitude and complexity, and its intention to offer a proposal in response to the solicitation. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. 2) A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value. 3) A statement or list of your firm's current or past performance similar to or the same as the summary scope of work and construction magnitude. Include a point of contact name, phone number and email address. 4) A statement of your firm's bonding capacity. 5) A statement of your firm's business size and subcategory of small business, if any (HUBZone, Service Disabled Veteran Owned, Woman Owned, 8(a)). Submit this information to Mr. Kent Bernard, Contract Specialist; 201 North 3rd Avenue, Walla Walla, Washington 99362 or via email to Kent.R.Bernard@usace.army.mil. Your response to this notice must be received, in writing, on or before 3:00PM PT on May 14, 2015. Using USACE supplied plans and specifications, the contractor will accomplish the following Scope of Work. All work will require the Contractor to follow the procedures in the Army Corps of Engineers Safety Manual, at http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf Summary Scope of Work The purpose of this IDIQ MATOC is to provide repair and maintenance of real property and construction services to include new construction and renovation to large civil works projects including flood control and hydroelectric dams, river navigation facilities, maintenance and office facilities, roadways & recreation facilities, and river levees. Task Orders may be issued either as Design Build or Design-Bid Build projects. Specific work may include construction or repair on: structural concrete, waterstop installation, pre-engineered buildings, structural frames, machinery supports, metal fabrication and machining, Corps of Engineers paint systems, potable & waste water systems, underground utilities, drainage culverts, fall protection systems, stream bank stabilization, irrigation systems, paving, striping and river levee rehabilitation. Work on electrical systems may include: Telecom/CCTV systems, fiber optic, motor control (480v MCC or less), instrumentation & controls (eg PLC, SCADA), commercial/industrial lighting, fire & security systems, medium voltage distribution (less than 5Kv). Work on mechanical system may include construction or repair of the following systems: HVAC, pumping (less than 100 HP), compressed air and general/industrial plumbing. The Task Order Request for Proposal (RFP) may or may not have traditional plans and specifications or may include sketches and other submittals. Placement of Task Orders. The actual amount of work to be performed and the time of such performance will be determined by a Contracting Officer who will issue written Task Orders. Prices will be requested and evaluated for each task order in accordance with FAR 16.505. The government will evaluate price and past performance, including quality, timeliness and cost control, on earlier orders placed under the MATOC for each task order award. The Government may evaluate other non-price factors, and each RFP will state the method of selection and any additional non-price factors. Whenever possible, award will be made without discussions. If discussions are required, each contractor will be requested to provide a final proposal revision, unless eliminated from discussions. The MATOC work will be geographically located throughout the Walla Walla District area of operations, and may include other work in the Pacific Northwest for other USACE districts. The Walla Walla District's civil works boundaries generally follow the Snake River drainage and include approximately 107,000 square miles in six states-Washington, Oregon, Idaho, Wyoming, and small parts of Nevada and Utah. Each IDIQ contract awarded is expected to contain a basic 36-month base period of performance and one (1) 24-month option year period (exercised at the discretion of the Federal Government). Each IDIQ total amount (including options) should not exceed $25 million aggregate. All successful IDIQ awardees will be guaranteed a minimum of $10,000 of work for the full contract performance period. Successful offerors shall be required to meet specific access requirements that will be identified per Task Order. The Government reserves the right to issue additional solicitations and award additional contracts for same or similar work within the area covered by the awarded IDIQ contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-15-R-SS33/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN03702287-W 20150418/150416235144-664f39337368e4a9135bea284e984353 (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.