SOURCES SOUGHT
Y -- IDIQ - Design & Construct of Repairs to Utilidors and Related Systems
- Notice Date
- 10/23/2008
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-09-S-0002
- Response Due
- 11/21/2008
- Archive Date
- 12/6/2008
- Point of Contact
- Clara Sullivan,, Phone: (907) 753-2778, Crystal D Labrecque,, Phone: 907-753-5578
- E-Mail Address
-
clara.d.sullivan@usace.army.mil, crystal.d.labrecque@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- Design/Construct to Repair Utilidors and Related Systems, Eielson AFB, Alaska. This announcement constitutes a Sources Sought Synopsis. This is not a Request for Proposal and does not obligate the Government to any contract award. The purpose of this sources sought synopsis is to determine interest and capability of potential qualified Certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Service Disabled Veteran-Owned Small Business, other Small Businesses, and large business firms. To make an appropriate acquisition strategy for the above project, the Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to ultimately award at least two but not more than four Indefinite Delivery/Indefinite Quantity (IDIQ) four-year contracts (2 base year, with 2 option years). Each resulting IDIQ contract will have a minimum guarantee of $7,500. The cumulative value of all Task Orders issued under contract awards anticipated under this announcement shall not exceed $48 million. A typical task order is estimated to be between $500,000.00 and $11,000,000.00 range. Interested sources must be capable of maintaining schedules and accomplishing required work on two simultaneous task orders, provided the total of simultaneous task orders does not exceed $24,000,000.00. To be considered a qualified Certified 8(a) Business, Small Disadvantaged Business, HUBZone Small Business, or Service Disabled Veteran-Owned Small Business, firms must meet the criteria of the Federal Acquisition Regulation (FAR) and the Small Business Administration (SBA) for North American Industry Classification System (NAICS) code 237110. The Small Business size standard is $33.5 million. (1) PROJECT INFORMATION: Task Orders will be competed between contract awardees and will typically consist of the requirement for design/construction for repairs of 400 to 4000 linear feet of utilidor system on Eielson AFB, Alaska. Repairs include complete replacement of sewer, water, steam, and steam condensate lines within existing utilidor structures or direct buried. Task orders may also include utilidor/manhole demolition, enlargement of specified existing manholes, asbestos abatement, and repair of cracks/leaks to utilidor structures. A large business firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The fiscal year 2008 subcontracting goals for any resulting award to a large business are a minimum of 70% of the firm's intended subcontract amount be placed with small businesses, 6.2% of that to small disadvantaged businesses, 7.0% to women-owned small businesses, 3.0% to veteran owned small businesses, 0.9% to service disabled veteran-owned small businesses, and 9.8% to HUBZone small businesses. Interested firms that meet the requirements for this project are invited to respond to this sources sought synopsis via facsimile or preferably via e-mail to the attention of Crystal Labrecque - crystal.d.labrecque@usace.army.mil and attention of Clara Sullivan - clara.d.sullivan@usace.army.mil (Fax is 907/753-2544). If must be hand delivered the physical address is: Building 2204 3 rd Street, Elmendorf AFB, Alaska; and mailing address: PO Box 6898, Elmendorf AFB, AK 99506-6898. Responses must be received no later than 2:00 p.m. Alaska Daylight Savings Time, on 21 November 2008. The following information is requested: (a) Name of firm with address, phone number, facsimile number, e-mail address, and point of contact. (b) State whether the firm is an 8(a), Small Disadvantaged Business, HUBZone Small Business, Veteran Owned Small Business, Service Disabled Veteran-Owned Small Business, and large business firm. (c) Responses should indicate specialized experience and technical competence in sub-arctic construction and utilidor construction. (d) Documentation describing past similar efforts, including whether the firm was prime contractor or subcontractor. (e) Verification that the firm can provide, from a federally qualified surety, a written letter attesting to the firm's ability to provide performance and payment bonds for $12,000,000.00 for a single task order and $24,000,000.00 aggregate. REMINDER: Firms must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from any Government solicitation Call 1-888-227-2423 for CCR information or visit the CCR website at http://www.ccr.gov. Firms must also be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fc0ea41b0f84fcd3b881a28723fe4bcd&tab=core&_cview=1)
- Place of Performance
- Address: Eielson Air Force Base, Eielson AFB, Alaska, 99702, United States
- Zip Code: 99702
- Zip Code: 99702
- Record
- SN01695250-W 20081025/081023220000-fc0ea41b0f84fcd3b881a28723fe4bcd (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 |