Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2009 FBO #2686
SOURCES SOUGHT

Z -- VISN 17 and VA USACE SWD MATCO 8a & SDVOSB

Notice Date
4/2/2009
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Little Rock, USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S000000
 
Response Due
4/20/2009
 
Archive Date
6/19/2009
 
Point of Contact
Carmen N Terrell, 501-324-5720<br />
 
Small Business Set-Aside
8a Competitive
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This announcement is seeking information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include, Section 8(a) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The proposed procurement will be a competitive Request for Proposal (RFP) resulting in two or more Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) multiple award task order contract(s) (MATOCS) with a NTE ceiling price of $350,000,000.00 with a base year and four (4) one year option periods, whichever comes first. Selection of the successful contractor(s) will be based on the Best Value Process using evaluation criteria that will be established in a future RFP. The work under these contracts will be accomplished through the use of Firm Fixed Price (FFP) task orders. The anticipated task orders will be competed among the MATOC contractors. The MATOC will primarily support the Department of Veterans Affair, VISN 17 which includes North, Central and South Texas Veterans Health Care Systems. This MATCO will also allow for use by other Federal Agencies to include: the US Army Corp of Engineers Southwestern Division which includes neighboring states Arkansas, Louisiana, Oklahoma & Texas. These contracts shall apply to project sites within the State of Texas and Southwestern Region. NACIS code 236210/ $33.5 M, the Standard Industrial Classification Code for this procurement is Subsector 236, Construction of Buildings. The Small Business Size Standard is $33,500,000.00. Concerns must submit a narrative describing their Companies ability to perform work that is comparable to the work described by this synopsis. The work will consist of various types of projects to include the following: maintenance, repair, asbestos and lead base paint abatement, and minor construction relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, antiterrorism and force protection. Work may consist of, but not limited to: design, new construction, renovation, repairs, preventive maintenance, environmental abatement, erosion control, earthwork and operations construction activities. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Firms response to this Synopsis shall be limited to 5 pages and shall include the following information (Please number each entry in accordance with information below). 1. Companys name, address, point of contact, phone number, and e-mail address. 2. Companys interest in bidding on the solicitation when it is issued. 3. Companys capability to meet design personnel requirements, if applicable 4. Companys capability to perform a contract of this magnitude and complexity and have successfully completed at least three (3) Design Build projects within the last 5 years (1 pages). 5. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples maximum three (1) pages each. 6. Company shall demonstrate successful completion of one additional horizontal construction project of a same or similar nature with magnitudes in excess of $2 million. 7. Company small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) and Woman Owned Small Business. 8. Company Joint Venture information if applicable existing and potential 9. Company Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firms shall respond to this Sources Sought Synopsis no later than 20 April 2009 by 2:00 PM. All interested firms must be registered in CCR http://www.ccr.gov/Contractors.aspx to be eligible for award of Government contracts. Please provide a DUNS number to verify CCR registration. Mail your response to Ms. Carmen N. Terrell, USACE, Little Rock District, 700 West Capitol Ave., Room 1040, Little Rock, AR 72203 NO FAX OR EMAIL RESPONSES WILL BE ACCEPTED. Anticipated solicitation issuance date is on or about 1 June 2009, and the estimated proposal due date will be on or about 6 July 2009. 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. Contracting Office Address: US Army Corps of Engineers, CESWL-CT, Little Rock, AR 72203 Point of Contact(s): Carmen N. Terrell, (501)324-5720 ext 1160
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dfb687ba5da51b5de16cb474ac4a86f6&tab=core&_cview=1)
 
Place of Performance
Address: USACE Little Rock District 700 West Capitol, Little Rock AR<br />
Zip Code: 72201<br />
 
Record
SN01783937-W 20090404/090402220247-dfb687ba5da51b5de16cb474ac4a86f6 (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.