SOURCES SOUGHT
Y -- Various Construction Projects within the Boundaries of the Great Lakes and Ohio River Division - Attachment 2 - Attachment 1
- Notice Date
- 3/30/2018
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Huntington, Attn: CELRH-CT, 502 8th Street, Huntington, West Virginia, 25701-2070, United States
- ZIP Code
- 25701-2070
- Solicitation Number
- W91237-18-R-SS03
- Point of Contact
- Samantha L. Stiles, Phone: 3043995705
- E-Mail Address
-
Samantha.L.Stiles@usace.army.mil
(Samantha.L.Stiles@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Huntington District Boundary Map Great Lakes and Ohio River Division Boundary Map This is a Market Research and Sources Sought Notice for information on capability and availability of potential Small Business contractors to perform construction services in support of the Huntington District's Construction Program. This is a SOURCES SOUGHT synopsis and is not a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business firms to establish Small Business Multiple Award Task Order Contracts (MATOC). This notice neither constitutes a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, please do NOT request a copy of a solicitation. It should not be construed as a commitment by the Government for any purpose. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Huntington District, anticipates a future construction program to perform various small construction projects primarily within its Area of Responsibility (AOR), which includes a major portion of Ohio, most of West Virginia, northeastern Kentucky, and a small portion of Virginia & North Carolina (See Huntington District boundary map - Attachment 1). The government is also exploring expanding the area of where work can be performed to anywhere within the Great Lakes and Ohio River Division boundaries (See Great Lakes and Ohio River Division boundary map - Attachment 2) which include the remaining Districts (Buffalo, Chicago, Detroit, Louisville, Nashville, and Pittsburgh), and is seeking information from the small business community on how this would impact their decision to submit a proposal on any future solicitation. The primary objective of the proposed contract is to provide site survey, work plan(s), construction, maintenance, repair, and/or rehabilitation (MRR) services. The Contractor shall be required to perform/manage all facets of the work such as surveying the problem, recommending a solution and correction of the problem in a timely manner. The Contractor shall maintain the capability to provide quick response for this work. Work requirements shall vary from site to site. The contract(s) would require the contractor to be capable of mobilizing sizeable crews to multiple work sites and possess multimillion-dollar bonding capability. The contractor shall furnish all supervision, labor, supplies, and materials necessary to perform work associated with task orders. The cost of individual projects are generally anticipated to be within the range of $100,000.00 to $3,000,000.00 for small business concerns. The proposed MATOC would have a performance period of five years (one (1) year base period with four (4) one year option periods) Typical tasks performed under this contract could include but are not limited to: • Emergency mobilization (within 24 hours) of experienced construction crews capable of handling immediate disaster response, Flood Damage Reduction (FDR), and/or Interim Risk Reduction Measures (IRRM) to multiple work site(s) (capable of running a minimum of 3 jobsites). • Emergency mobilization (within 24 hours) of experienced construction crews (including professional surveying services) capable to support the above with various sized equipment including, but not limited to, dozer(s), end loader(s), dump truck(s), etc. intended for use in Dam and Levee Safety. • Various small repair/maintenance/construction projects to the existing infrastructure. • Utility work. • General site work involving clearing, excavation, grading, paving, etc. • Working on and around Levees, Locks and Dams. • Land-based stream bank protection and excavation site work. • Construction or remodeling of small to large buildings. • Small bridge construction. • Demolition of small to large structures and restoration of cleared areas. Sources for Small Business concerns are being sought for firms with a North American Industrial Classification System Code (NAICS) of 237990, which has a size standard of $36.5 million in average annual receipts. Responses are requested with the following information, which shall not exceed a total of 15 pages. 1) Offeror's name, home office and/or local office assigned to perform work address, points of contact with phone numbers and e-mail addresses. 2) Business size/classification to include any designations as Small Business, 8(a), Woman-Owned, HUBZone, or Service Disabled Veteran Owned Business. 3) Will consolidating these various small construction project requirements into a Multiple Award Task Order Contract (MATOC) for a base period and four one year option periods impact your ability to compete for this requirement? 4) What negative impacts, if any, will your firm experience as a result of the consolidation of these construction projects? 5) If the consolidation were limited to performance within the Huntington District boundaries (See Huntington District boundary map - Attachment 1), will that impact your ability to participate in this type of requirement for other Districts (specifically within the Great Lakes and Ohio River Division)? 6) If the Huntington District established multiple regionally based contracts (divided the performance area within the Huntington District boundaries into 2 to 4 smaller geographic regions), would that change your ability to participate compared to performance under a MATOC within the entire Huntington District boundary? 7) If the area were expanded to require performance anywhere within the Great Lakes and Ohio River Division boundaries (See Great Lakes and Ohio River Division boundary map - Attachment 2), how would that impact your decision to propose and/or your ability to perform on the MATOC? 8) If a design-build requirement (combining design and construction in a single contract with one contractor) were added to the MATOC, how would that impact your ability to participate? 9) Provide bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars), along with current bonding capacity. 10) Description of capability to perform the proposed construction (see typical tasks above) within each region, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction projects. Any commercial brochures or currently existing marketing material may also be submitted with your response as a separate attachment and will not count against the 15 page limitation. 11) Past performance/experience on projects of similar scope and magnitude for which the firm acted in the role of prime contractor, describing no more than five (5) projects that are at least 50% construction complete within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted to the following email address: Samantha.L.Stiles@usace.army.mil. The subject line of the email will reference the Market Research number W91237-18-R-SS03 and submittals are due no later than April 13, 2018. Electronic submittals will be retained for future reference, however, they are to be considered source sensitive and not subject to public disclosure. A response to this sources sought is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This is not a Request for Proposal, only a Request for Information, and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. The responses will be reviewed to determine what categories of small business are interested in the procurement and, of those who submit a response, which are capable of performing the above types of work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-18-R-SS03/listing.html)
- Place of Performance
- Address: Huntington District and within the geographical boundaries of the Great Lakes and Ohio River Division, U.S. Army Corps of Engineers., Huntington, West Virginia, 25701, United States
- Zip Code: 25701
- Zip Code: 25701
- Record
- SN04873983-W 20180401/180330231300-7ff85d62bad439f8e07bb1ae8d4a9fbd (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 |