Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2018 FBO #5979
SOURCES SOUGHT

Y -- INDEFINITE-DELIVERY INDEFINITE-QUANTITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACT FOR VERTICAL CONSTRUCTION WORK FOR THE ALBUQUERQUE DISTRICT (SPA)

Notice Date
4/5/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP18R0016
 
Archive Date
5/4/2018
 
Point of Contact
Michelle Kessinger, Phone: 5053423279
 
E-Mail Address
Michelle.L.Kessinger@usace.army.mil
(Michelle.L.Kessinger@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers, Albuquerque District (SPA) has a competitive requirement for an Indefinite-Delivery Indefinite-Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Vertical Construction Work that will support customers located in New Mexico but also include Fort Bliss, Fort Carson and surrounding areas for DOD, DOE, NNSA, DHS, ICE, Border Patrol, and other federal agencies. The resultant contract(s) will be for use in SPA's Area of Responsibility (AOR), which includes the entire state of New Mexico, as well as portions of southern Colorado and far west Texas. The anticipated contract type is a competitive, firm-fixed price, Design-Build and Construction IDIQ MATOC procured in accordance with FAR 15, Negotiated Procurement using a Two-Phase "Best Value" trade-off process; however, the results and analysis of the market research will finalize the determination of procurement method. The type of acquisition, whether a set-aside or full and open competition will depend upon the responses to this Sources Sought. Work associated with this MATOC will fall primarily under NAICS 236220 "(Addition, alteration, and renovation general contractors, commercial and institutional building)", size standard: $36.5 million. The Government may issue Fixed-Price type task orders for new construction, operations and maintenance, renovations and repair construction, and other related support functions at various installation and facilities. Task Orders may be multi-disciplinary to include, design incidental to construction, renovation, repairs, preventative maintenance, environmental abatement, and operations activities. The contracts to be awarded under this MATOC are not only intended to execute new construction, but to provide a timely response to remediation of real property facilities, e.g. maintenance, repair, and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, communications, heating, and ventilation. The IDIQ for Vertical Construction Work will not be used for Architectural-Engineering (A-E) services; however, incidental AE services may be needed for some projects. The proposed IDIQ contracts will be for a base year and four (4) option years. Each individual task order will establish a period of performance for the individual effort. The total shared capacity among all MATOC holders for the base contract plus all potential options shall not exceed $200 million. Interested offerors must be able to bond per task order up to $15 million and bond up to $25 million aggregate. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The minimum/special capabilities required for work under this MATOC: --Prime Contractor experience with Intelligence Community Directive (ICD) 705 and Antiterrorism/Force Protection (AT/FP) standards. --Prime Contractor experience with the design AND construction of High Performance and Sustainable Building Standards and/or LEED Silver Certified Buildings. --Prime Contractor experience with facilities incorporating laboratory/clean room construction. --Prime Contractor capability to handle two or more task orders at the same time. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. 8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date for Phase I is on or about 2 July 2018, and the estimated proposal due date for Phase I will be on or about 1 August 2018. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's capability to perform task orders up to $15 million with complexity same or similar to the vertical construction work required under this IDIQ MATOC, including the minimum/special capabilities identified above. The response shall include firm's experience executing comparable work within the past 5 years: 2a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 3. Firm's experience with the minimum capabilities listed in this Sources Sought Notice. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB. 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Indicate whether the firm can bond to the individual and aggregate levels identified in this notice. Interested Firm's shall respond to this Sources Sought Synopsis no later than 19 April 2018, 2:00PM MST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Michelle Kessinger, Contract Specialist at michelle.l.kessinger@usace.army.mil. Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP18R0016/listing.html)
 
Place of Performance
Address: SPA's Area of Responsibility, Albuquerque, New Mexico, United States
 
Record
SN04879520-W 20180407/180405231121-ca80d277337839085a438b38e1334e1c (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.