Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2018 FBO #6147
MODIFICATION

Y -- Design Build GC Multiple Award IDIQ Utah

Notice Date
9/20/2018
 
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, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-18-R-0001
 
Archive Date
11/10/2017
 
Point of Contact
Kenley O. Lott, Phone: 9165575326, Tracy Tenholder, Phone: 9165575298
 
E-Mail Address
kenley.lott@usace.army.mil, tracy.tenholder@usace.army.mil
(kenley.lott@usace.army.mil, tracy.tenholder@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Please read the following notice carefully! Questions submitted about this sources sought notice will go unanswered if the answer is contained within the content of this notice. This Sources Sought Notice is for Market Research ONLY, to determine the availability, capability and interest of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought Notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research. Requests for any of this information will go unanswered. Pursuant to FAR 19.502-1(a)(2) and FAR 19.502(b)(2), if two or more responsible small business concerns exist, and the government has a reasonable expectation of competition and that an award will be made at fair market prices, the contracting officer shall set aside the acquisition. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials; or for construction by special trade contractors, the concern will self-perform at least 25% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide feedback via email to Kenley.lott@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential acquisition. The purpose of this NOTICE is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small businesses and other socio-economic subcategories to perform a variety of construction projects including, but not limited to, carpentry, road repair, roofing, excavation, interior/exterior electrical, steam fitting, HVAC, plumbing, sheet metal, fencing, demolition, fire protection specialist, concrete and masonry. Contractors' capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition. Other than small businesses may respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. The government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing a solicitation in February 2019. The contract type is expected to be a Firm-Fixed Price. The NAICS Code is 236220, the size standard is $36.5M, and the Federal Supply Code is Y1JZ. PROJECT DESCRIPTION The U.S. Army Corps of Engineers is contemplating pursuing a design-bid-build and design-build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for the Utah region. The value of this MATOC is expected to be up to $248M over the course of ten (10) years. The U.S. Army Corps of Engineers anticipates that we will make approximately five awards from a single solicitation. Projects included on this IDIQ contract may consist of both vertical and horizontal construction work based on a general Statement of Work (SOW) further defined in each individual Task Order (TO). Work on the TOs may include a variety of trades, such as carpentry, road repair, roofing, excavation, interior/exterior electrical, steam fitting, HVAC, plumbing, sheet metal, fencing, demolition, fire protection specialist, concrete and masonry. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in proposing on the solicitation when it is issued. 3) Offeror's experience and capability to complete (either through self-performance or the managing of subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4) Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 5) Offeror's Joint Venture information if applicable - existing and potential. 6) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement 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 and the needs of the Government. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered. Please notify this office in writing by email by 2:00 PM Pacific Time on 5 October 2018. Submit response and information through email to: Kenley.lott@usace.army.mil. Please include the Sources Sought No. W91238-18-R-0001 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-18-R-0001/listing.html)
 
Place of Performance
Address: USACE District, Sacramento (SPK), 1325 Street, Room 878, Sacramento, California, 95814, United States
Zip Code: 95814
 
Record
SN05099218-W 20180922/180920231452-cc282ff861023bac01287986d7c80717 (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.