SOURCES SOUGHT
Y -- REGIONAL INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) SINGLE AWARD TASK ORDER CONTRACT (SATOC) FOR DESIGN-BUILD AND CONSTRUCTION, CONTINENTAL UNITED STATES (CONUS) PROJECTS RELATED TO GENERAL CONSTRUCTION WITHIN THE BOUNDARIES OF THE U.S. ARMY CORPS OF E
- Notice Date
- 4/13/2020 10:42:38 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
- ZIP Code
- 32207-8175
- Solicitation Number
- W912EP20Z0023
- Response Due
- 5/1/2020 11:00:00 AM
- Archive Date
- 05/16/2020
- Point of Contact
- Timothy G. Humphrey, Phone: 9042321072, William Wallace, Phone: 9042322180
- E-Mail Address
-
Timothy.G.Humphrey@usace.army.mil, William.J.Wallace@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, William.J.Wallace@usace.army.mil)
- Description
- Regional Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) For Design-Build and Construction, Continental United States (CONUS) Projects Related to General Construction within the Boundaries of the U.S. Army Corps of ENGINEERS (USACE) South Atlantic Division (SAD) And Task Order 0001 for Design and Construction of one (1) lock and spillway control house each at: Port Mayaca Lock in Port Mayaca, Florida, Martin County Moore Haven Lock in Moore Haven, Florida, Glades County W.P. Franklin Lock near Olga, Florida, Lee County USACE Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Regional IDIQ SATOC For Design-Build and Construction, CONUS Projects Related to General Construction within the Boundaries of the USACE SAD, and Task Order 0001 for Design and Construction of one lock and spillway control house each at: Port Mayaca Lock in Port Mayaca, Florida, Martin County; Moore Haven Lock in Moore Haven, Florida, Glades County; and W.P. Franklin Lock near Olga, Florida, Lee County. The proposed project will be a Firm-Fixed-Price (FFP) IDIQ SATOC for Design-Build and Construction. The Jacksonville District anticipates the issuance of a Solicitation in May 2020. The result of this market research will contribute to determining the method of procurement. This is NOT a solicitation. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community (Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Description of the Project Task Orders placed under this SATOC includes various types of construction, but not limited to new builds, demolition, renovation, and repairs related to predominantly civil works projects with limited support for military projects within USACE SAD.� The support for civil works projects will encompass all types of facilities such as commercial, industrial, military, logistical, or any other types where general construction trades and practices are typically used in the construction, renovation, expansion and repairs.� Facilities may be located within private lands, within federal, state, municipal, territorial /Indian Lands, within waterways and bodies of water, within the contiguous coastal zones to a depth of 12 feet, or on and around levees and water control features.� The support for civil works projects will include environmental restoration, flood control, erosion control, bridges, paving and drainage, culvert work, grading, canals, levees and dams, industrial controls, waterway lock and spillway controls, geotechnical work to include piling and foundations, utility systems, and monitoring stations.� Project sponsors may be military, other government agencies, organizations, or entities for whom USACE is assigned as the Construction Agent.� The contract is not only intended to execute new construction and design-build project delivery, but to provide timely response to remediation of real and personal property facilities, e.g. maintenance, repair, and construction related to architectural, structural, roofing, carpentry, masonry, mechanical, heating ventilation and air conditioning (HVAC), plumbing, electrical and electronic, fire protection or life safety systems, typical interior and exterior finishes, as well as, associated site work, utilities, landscaping, security, force protection, petroleum oil and lubricant (POL) systems, instrumentation, industrial controls, or interior design.� Tasks may involve industrial process equipment, industrial ventilation systems, building and industrial controls, water control structures, and energy management systems.� Incidental tasks may include non-professional services, preliminary assessments or inspections to identify or quantify specific facility concerns such as lead based paint, asbestos containing materials, equipment repair or maintenance deficiencies including systems test and balancing and commissioning (system-specific, or whole building), building systems deficiencies, etc.� Task Orders may be issued solely for construction services or solely for design-build services.� No Task Orders will be issued for design services only. CAPACITY:� The SATOC will be awarded for a period of five years to include a base period of one (1) year, with four (4) one-year options.� The total of all task orders issued under the contract will not be more than $25,000,000.00.� The magnitude of task order awards is expected to vary greatly but not be less than $25,000.00.� TASK ORDER 0001, Design and Construction of three (3) separate lock and spillway control houses: one (1) at Port Mayaca Lock in Port Mayaca, Florida, Martin County; one (1) at Moore Haven Lock in Moore Haven, Florida, Glades County; and one (1) at W.P. Franklin Lock near Olga, Florida, Lee County. SCOPE OF WORK:� The project is located at three (3) different sites, located in Florida, in or near the cities of Port Mayaca, Moore Haven, and Olga. The work entails design-build services for the construction of new lock and spillway control houses at three (3) USACE locks along the Okeechobee Waterway. These control houses shall be approximately 1500 SF and include new furniture and controls for operation of the lock and spillway gates. Work to be completed will include site surveys, geotechnical analysis, design of buildings based on provided design, design and construction of lock and gate control panels to interface with existing operating equipment such as dam spillway gates and lock sector gates. The Estimated Magnitude of construction for Task Order 0001 is between $1,000,000 and $3,000,000. The estimated period of performance is 540 Calendar days from the date of Notice to Proceed. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 236220 -- Commercial & Industrial Building Construction. The Small Business Size Standard for this project is $39.5 million. Firm�s response to this Synopsis shall be limited to (5) pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, website, and email address. 2.� Firm�s interest in bidding on the solicitation as a Firm-Fixed-Price (FFP) IDIQ SATOC for Design-Build and Construction when it is issued. 3.� Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute comparable work performed within the past (10) years). Firms should provide at least 2 examples which include, at a minimum, the following information: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project), Emphasis should be on projects that included similar environmental conditions and stone requirements. 4.� Firm�s socioeconomic category � Small Business, 8(a) participants, service-disabled veteran-owned small business concerns (SDVOSB), women-owned small business (WOSB), or HUBzone small business concerns. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category (i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone).� 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable � existing and potential. 6.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. 7. Indicate if by combining these locations and project work, does this impact you firm's ability to compete for these projects. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. NOTES: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Notice by no later than 28 April 2020 at 2:00 PM Eastern Standard Time (EST). All responses under this Sources Sought Notice must be emailed to Timothy.G.Humphrey@usace.army.mil and Joseph.D.Sherwood@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to SAM.GOV.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/591a9f0bba7c4ac0aafbdb4965fc75cb/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05619632-F 20200415/200413230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |