MODIFICATION
Z -- Single Award Task Order Contract (SATOC) for Electrical IDIQ Contract in Support of Joint Base Lewis McChord (JBLM) Public Work
- Notice Date
- 1/5/2016
- Notice Type
- Modification/Amendment
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-16-R-0008
- Archive Date
- 2/3/2016
- Point of Contact
- Jamie Sachette, Phone: 253-966-4389, Elke Neal, Phone: 253-966-4359
- E-Mail Address
-
jamie.m.sachette@usace.army.mil, elke.h.neal@usace.army.mil
(jamie.m.sachette@usace.army.mil, elke.h.neal@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY TO ASSIST THE SEATTLE DISTRICT US ARMY CORPS OF ENGINEERS (USACE) IN DEVELOPING THE AQUISITION STRATEGY FOR AN UPCOMING Single Award Task Order Contract (SATOC) for Electrical IDIQ Contract in Support of Joint Base Lewis McChord (JBLM) Public Work. THIS IS NOT A PRESOLICITATION OR SOLICITATION ANNOUNCEMENT. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate presolicitation announcement will be published on the Federal Business Opportunities website (FEDBIZOPPS.GOV). 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 Service Disable Veteran Owned Small Business only, sources and their size classifications relative to the North American Industry Classification System (NAICS) Code of 237130, Power and Communication Line and Related Structures Construction. For the purposes of the procurement in this study, a firm is considered a Service Disable Veteran Owned Small Business if its annual average gross revenue, taken for the last three (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 Service Disable Veteran Owned 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 US Army 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. Please note that should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by the SBA. ANTICIPATED CONTRACT INFORMATION: The Seattle District expects to solicit a SATOC (Indefinite-Delivery, Indefinite-Quantity (IDIQ)) type contract that will include a one-year base period with an additional four one-year option periods, with a maximum dollar capacity of $45,000,000. Individual Task Orders to be negotiated and awarded under this contract will be firm-fixed price with an anticipated range of $50,000 to $2,500,000. Task Orders may also include incidental services and construction. In addition, contractor will be required to provide all plant, labor, tools, equipment and materials (except as indicated otherwise in the specifications) and perform all work in strict accordance with the plans and specifications for individual Task Orders (TOs). The IDIQ covers a broad range of electrical repair, maintenance, and minor construction work on real property assets of the electrical distribution system at Joint Base Lewis-McChord WA. During the contract period, the Government will identify specific jobs and issue individual TOs to the Contractor for completion. The Contractor shall maintain a local management office to receive Requests for Proposal (RFPs), signed TOs, and Notices to Proceed (NTP); to receive and initiate contract correspondence and to provide other engineering and construction management services related to accomplishing individual TOs. TOs will vary in size, with the majority expected to be medium to large in size. TOs will include the construction and repair of the JBLM electrical distribution system(s) and may involve other trades, including but not limited to: demolition; excavation; road repair; environmental remediation considered incidental to the work, and concrete & masonry work. Orders will primarily cover installation, replacement and/or repair of overhead and underground electrical distribution lines and installation and/or replacement of equipment normally associated with electrical distribution lines, including but not limited to: pad mounted and overhead switches and transformers; underground utility vaults; poles, crossarms & associated hardware; reclosers and sectionalizers, and fused & non-fused cutouts. Design-build services may also be ordered. Projects will be located at Joint Base Lewis McChord, Washington. This expected electrical contract will be competitively solicited and procured in accordance with Federal Acquisition Regulation (FAR) Part 15. SUBMISSION REQUIREMENTS FOR THIS SOURCES SOUGHT: Responses to this SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY shall include the interested firm's name, address, point of contact, phone number, email address and small business size status. Interested firms must provide a brief capabilities narrative indicating their specific experience with the repair and/or construction of overhead and underground electrical distribution lines (MV; 15kV class), the installation of associated equipment (including transformers, disconnects, switches, reclosers, vaults & handholes, etc.), electrical type design and engineering services considered ancillary to electrical distribution systems, associated incidental work typically associated (e.g. earthwork, concrete, paving/landscape site restoration, etc.) as well as their specific interest in the anticipated contract described herein. Interested firms are requested to provide the following: 1. A minimum of three (3) and a maximum of five (5) project examples (include project title, firm's scope or role in project, directly performed magnitude ($) and duration of project. Each project submitted must be valued at $500K or over and a minimum of three (3) each Federal Government projects, preferably Department of Defense projects. a. Each project must reflect the % of work performed by the Prime Contractor, the duration of the Prime's involvement with the project, along with the related costs (the Prime firm's value). b. Each project must reflect the Prime firm's experience with the repair and/or construction of MV class electrical distribution systems (overhead and/or underground) and associated electrical distribution equipment. 2. Interested firms must be able to demonstrate their capability to support multiple ongoing electrical projects (preferably up to five ongoing projects at any given time). 3. Interested firms must provide information to support their bonding capacity - Bonding will be required depending of dollar amount at time of Task Order Award. 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 Standard Time) on Tuesday, January 19, 2016. Please forward responses to the attention of Jamie Sachette, Contract Specialist, by email to jamie.m.sachette@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-16-R-0008/listing.html)
- Place of Performance
- Address: North 4th and Pendleton, Bldg 2015, Joint Base Lewis McChord (JBLM), JBLM, Washington, 98433, United States
- Zip Code: 98433
- Zip Code: 98433
- Record
- SN03982923-W 20160107/160105234507-2bf729d01c83ac816c6ca71a604443f8 (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 |