MODIFICATION
Y -- Multiple Awards Task Order Contract for Design-Build and Design-Bid-Build Construction Services for Kwajalein Atoll, Republic of the Marshall Islands
- Notice Date
- 3/4/2016
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
- ZIP Code
- 96858-5540
- Solicitation Number
- W9128A16Z0001
- Archive Date
- 11/7/2015
- Point of Contact
- Jennifer Ko, Phone: (808) 835-4378, Joan Kaimikaua, Phone: 8088354376
- E-Mail Address
-
jennifer.i.ko@usace.army.mil, joan.f.kaimikaua@usace.army.mil
(jennifer.i.ko@usace.army.mil, joan.f.kaimikaua@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources sought announcements were posted on October 13, 2015 and November 16, 2015, respectively. If a firm has already responded to the previous sources sought announcements, they do not need to resubmit their qualification again unless their qualifications or interest has changed. The previous announcements communicated a maximum task order amount of $30,000,000. The maximum task order amount of the requirement has now been reduced to $25,000,000. The U.S. Army Corps of Engineers, Honolulu District is performing a market survey for a Multiple Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build Construction Services for Kwajalein Atoll, Republic of the Marshall Islands. This announcement constitutes a market survey that is being conducted for planning purposes only and is aimed towards the retrieval of information to be used by the Government but does not constitute a commitment by the Government for the award of an MATOC Contract(s). The Government intends to solicit this requirement as an unrestricted procurement. The North American Industry Classification Code (NAICS) for this requirement is 236220 Commercial and Institutional Building Construction. The small business size standard for this NAICS code is $36,500,000 average annual revenue. To make an appropriate acquisition decision for this project, the Government may use responses to this market survey. The type of solicitation issued and the manner of advertisement may depend on the responses to this market survey. The requirement is for a MATOC that will allow POH to continue supporting U.S. Forces Space and Missile Defense Command (SMDC), US Army Garrison, Kwajalein Atoll (USAG-KA), and other Department of Defense (DoD) customers, with contracting tools that accommodate Design-Build (DB) and Design-Bid-Build (DBB) projects for various construction projects within the Kwajalein Atoll during Fiscal Year (FY) 2016-2020. Typical types of work will include new construction and restoration/and or modernization of buildings, utilities infrastructure, airfield and port facilities, shore protection, water treatment and wastewater treatment facilities, fuel storage and piping systems, fire protection, interior renovation, anti-terrorism/force protection, roadways, parking lots, sidewalks, landscaping, etc. The MATOC contract(s) will consist of two years base period with three option years. The total capacity for the contract(s) will not exceed $200 Million regardless the number of contracts awarded. The task orders are anticipated to be between $500,000 to $25,000,000. The maximum amount of a task order that may be placed under this contract is $25,000,000. Selection may be based upon evaluation factors which may include experience, past performance, and price. Respondents should also consider the isolated geographical location of this project where substantial mobilization efforts and transportation costs should be taken into consideration. Construction contracts awarded by the Army Corps of Engineers require compliance with EM 385-1-1 Safety Manual. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS MARKET SURVEY shall include the following: (1) Your intent to submit a proposal for this project when it is formally advertised. (2) Name of firm with address, phone and point of contact. Indicate whether or not your firm is a U.S. firm or a foreign firm. (3) CAGE Code, DUNS number, or a copy of your Representation and Certification in SAM.gov. (4) Size of firm including category of small business or large business. (5) Firm's Bonding Capacity: State Single and Aggregate capability. (6) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in performing similar projects. Submit no more than five (5) past completed projects within the past five (5) years from the date of this Sources Sought for which your firm performed. The SOC should include design build projects and if projects were on remote Islands with highly corrosive, hot, humid, and salt laden environments. Provide any additional information to further substantiate the capabilities of your firm to perform the specific type of work that this project involves.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A16Z0001/listing.html)
- Place of Performance
- Address: Kwajalein Atoll, Republic of the Marshall Islands, Marshall Islands
- Record
- SN04040298-W 20160306/160304234923-1c1dadad1a8d269a8475179dbb5cab4f (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 |