Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2017 FBO #5558
SOURCES SOUGHT

Z -- Gavins Point Road Rehabilitation

Notice Date
2/8/2017
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-17-B-0005
 
Point of Contact
Matthew D. Hibbert, Phone: 4029952480
 
E-Mail Address
Matthew.D.Hibbert@usace.army.mil
(Matthew.D.Hibbert@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS ONLY. This synopsis is not a solicitation and there is no Invitation for Bid (IFB) or Request for Proposal (RFP) at this time. This synopsis is a market research tool to determine the availability of available contractors. The U.S. Army Corps of Engineers, Omaha District intends to issue an Invitation for Bid (IFB) or Request for Proposal (RFP) solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide a broad range of concrete and asphalt road related projects, located at Gavins Point Dam Project Office. Previous solicitations have been advertised with a bid sheet for all years, in which contractors would propose all unit prices for the proposed work. The District is considering the possibility of issuing the solicitation as a Job Order Contract (JOC) in accordance with AFARS Subpart 5117.9000 v. the IDIQ with pre-priced items. If the District advertises the solicitation as a JOC, there would be additional work included, such as sustainment, restoration, and modernization (detailed repair, maintenance and minor construction work). The JOC would utilize pre-established prices for each task order from unit price books. The Government is seeking qualified Small Business (SB) AND Large Business sources that primarily perform work under the NAICS classification code 237310 "Highway, Street, and Bridge Construction. The applicable size standard to be considered a Small business is $36.5M average annual gross receipts for the preceding three fiscal years. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. Input is requested to provide a perspective from industry on whether it is advisable to solicit this requirement as an IDIQ with pre-priced items that are determined at the time of award of the base contract or as a JOC, utilizing pre-established prices from unit price books. Input can be of any nature, to include recommendations of contract type, evaluation method (IFB v. RFP (Best Value Tradeoff v. LPTA), pros and cons of unit price books and pre-established prices for all years, small business consideration/impact in using a JOC and including additional work other than concrete and asphalt road projects, appropriate clause selection (equitable adjustment, etc.), and anything else to assist the Government in this process. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on the Federal Business Opportunities website www.fbo.gov. A response to this sources sought is not an adequate response to the solicitation announcement. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Projects will be located in the vicinity of Gavins Point Project, SD. The general scope of the requirements will be to perform multiple task orders at one time, conducting repair and renovation of roads. It is anticipated that this requirement will be a 5 year contract with a not-to-exceed amount of $1.5 Million and task orders ranging from $10,000-$200,000. Actual task order dollar amount will vary depending on the magnitude of the project and may exceed $200,000. The not to exceed-to-exceed amount may increase if a JOC is utilized. It is unknown what the amount would increase to. Prior experience in paving repair and replacement (asphalt and concrete) is required Submission Requirements: 1. Offeror's name, address, point of contact, phone number, and e- mail address. 2. Firm's DUNS number. 3. Offeror's interest in providing a bid or proposal on the pending solicitation, once issued. 4. Offeror's capability to perform a contract of this magnitude and complexity. 5. Offeror's type of business and business size. 6. Offeror's Joint Venture information, existing and potential, if applicable. 7. Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) 8. Description of up to fifteen (5) similar projects completed by your company as a prime contractor within the past six (6) years, including as much of the following information as possible: (a) dollar amount of the contract; (b) brief description of the technical requirements of that project; (c) a description of the work that was performed and whether it was self-performed or performed by a subcontractor; if performed by a subcontractor, identify subcontractor; (d) indication of how long the services took to complete from start to finish; (e) name, address, point of contact and phone number of customer organization for which the work was done. Interested parties should respond via email to the point of contact below no later than 22 Feb 2017 Central Standard Time. This Sources Sought Notice is to assist the Corps of Engineers in identifying an appropriate acquisition strategy only. Once the final solicitation is issued, it will be announced/posted in Federal Business Opportunities (FBO) with sufficient time for all interested parties to respond accordingly. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, the information will be utilized for technical and acquisition planning. If adequate responses are not received from small business, the acquisition may be solicited on an unrestricted basis All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to responders.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-17-B-0005/listing.html)
 
Place of Performance
Address: Gavins Point Project Office, Yankton, South Dakota, United States
 
Record
SN04395900-W 20170210/170208234709-35dfa8533e221ababd34847fff3771b7 (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.