Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2015 FBO #5101
SOURCES SOUGHT

Z -- Design-Build Multiple Award Task Order Contract IDIQ for Washington and Oregon

Notice Date
11/9/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB1330PNWMATOC
 
Archive Date
12/3/2015
 
Point of Contact
Matt Sanders, Phone: 206-526-6346, Erik Lundstrom, Phone: 206.526.6368
 
E-Mail Address
Matt.Sanders@noaa.gov, erik.lundstrom@noaa.gov
(Matt.Sanders@noaa.gov, erik.lundstrom@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) is seeking sources for a potential 100% set-aside for HUBZone, Service Disabled Veteran Owned, Woman Owned, 8(a), or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on a Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for maintenance, repair, construction, design-bid-build, and design-build services primarily within the states of Washington and Oregon. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $36.5 Million. The scope will include construction work within NAICS Sector 23-Construction, with support of NAICS codes: 541330 Engineering Services, 541310 Architectural Services, 541320 Landscape Architectural Services, and 561730 Landscaping Services. The intent is to award multiple IDIQ contracts for Firm Fixed Priced (FFP) design-build and construction services. The planned duration for each contract is a total of five years, consisting of a one year base period plus four option years. The anticipated capacity of the resulting MATOC is not to exceed $10M. Three (3) to five (5) IDIQ contracts may be awarded under this solicitation. Task orders under each MATOC are expected to be between $2,000 and $1,500,000. Types of expected work (Task Orders) include, but not limited to: Roof replacement; HVAC replacements and upgrades; building exterior repairs and improvements to prevent weather intrusion; energy conservation equipment and systems repairs, upgrades, replacements and new installations; landscaping; utility (water, sewer, electric, plumbing, mechanical, data) replacement, upgrades, repair and new installations; saltwater supply, filtration, disinfection, treatment, and discharge systems; environmental mitigation work; site and facility drainage; road and parking lot repairs including full replacements and additions; concrete repairs and new installation for site structures including building foundations, walkways, roads, and boat launches; floating platform, dock, and wharf repairs and new installation/construction; marine pile driving and extraction; submarine pipeline repairs and new installation; pier, dock, and waterfront repairs and new construction; interior renovations and alterations including reconfigurations of structural elements, utilities, finishes, and modular furniture; American Disabilities Act (ADA) facilities compliance work; physical safety deficiency corrections, laboratory reconfigurations and new facilities supporting NOAA research; security access and physical equipment and hardware, including electronic access systems and CCTV security monitoring; security projects for compliance with DoD Anti-Terrorism and Force Protection requirements; sprung structure installation of all sizes; metal building repairs and installation of new facilities; historic preservation repairs of all types; installation of audio-visual systems; installation of mass-alert systems; repairs, alterations, expansion and new system installation for fire alarm and fire suppression systems; structural deficiency repairs and upgrades of structures, including earthquake stability upgrades and progressive collapse; lighting system repairs, upgrades, and new installation for both interior and exterior; painting services (interior and exterior) to include marine corrosion prevention; underwater construction; site fencing and gates, both manual and electric, repairs, renovations, alterations, and new; data systems infrastructure and facilities repairs, upgrades, alterations, and new; program equipment (meteorological, oceanographic, marine) site preparation, installation, and repair; demolition and site restoration; and antenna tower site preparation, installation, and repair. Request interested firms respond to this notice by submitting a Capability Statement and include the following: (a) Firm's INFORMATION [name, address, phone number, CAGE Code, Point of Contact within firm]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor and demonstrate that the firm possesses either internally or as a member of their team, a full service licensed architect-engineer design team with experience similar to the above listed projects]; (c) SOCIO-ECONOMIC STATUS [e.g., HUBZone, Service Disabled Veteran Owned, Woman Owned, 8(a), Small Business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant construction, design-build, IDIQ experience and include a summary of relevant and recent (within the last four years) performance history (identified by contract/project (Task Order) number, project/Task Order title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed). Contractors must also provide a statement verifying that the Contractor/Team/Joint Venture is able to self-perform a minimum of 15% of the work.]; (e) CURRENT BONDING CAPABILITY on individual projects and aggregate requirements; Interested contractors must provide the above information to the points of contacts listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to ten (10) pages (principal subcontractors' content counts toward the total pages); body of content shall have a font size 11 point, Times New Roman style. If your firm has an interest in proposing on this future requirement as described above, please prepare and electronically transmit the requested Capability Statement (with content cited above) to Mr. Matt Sanders at matt.sanders@noaa.gov, phone 206-526-6346, not later than 4:00 PM PST, November 18 2015. This Sources Sought is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any response or proposal preparation costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB1330PNWMATOC/listing.html)
 
Place of Performance
Address: 7600 Sandpoint Way NE, Seattle, Washington, 98115, United States
Zip Code: 98115
 
Record
SN03942181-W 20151111/151109234423-f60a6ac892c541395d9f809ba209b2f0 (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.