SOURCES SOUGHT
Y -- Job Order Contract (JOC) covering Fort Lewis and Sub-Installations and other locations in Washington, Oregon, Idaho, and Montana
- Notice Date
- 7/14/2009
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Seattle, US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-09-R-0082
- Response Due
- 8/4/2009
- Archive Date
- 10/3/2009
- Point of Contact
- Bethanie Healey, 253-966-4372<br />
- E-Mail Address
-
US Army Engineer District, Seattle
(bethanie.f.healey@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED MILITARY PROGRAM. The Seattle District Corps of Engineers has a requirement for a Regional Job Order Contract (JOC) covering Fort Lewis and Sub-Installations and other locations in Washington, Oregon, Idaho, and Montana for one base year and four one-year option periods, with a total capacity of $135 million. The Seattle District Regional JOC will accomplish multi-disciplinary maintenance and repair and minor construction work, with most task orders ranging from $2,000 to $750,000, with a maximum limit not to exceed $2,000,000.00 per task order. The JOC will be an alternative to other contractual procedures for projects under $2,000,000 and will also be used on less complex projects. It is anticipated that work will include some minor road repairs, projects that require open space improvements, renovation of facilities, range upgrades, minor new construction, carpentry, roofing, excavation, interior/exterior elements, steam fitting, HVAC, plumbing, sheet metal, painting, fencing, demolition, concrete, masonry, asbestos and lead paint abatement incidental to construction, and minor project design. Other tasks to be accomplished under this solicitation will include emergency work, excluding service orders. The NAICS Code for this acquisition is primarily 236220 with a corresponding small business size standard of $33.5 million. Interest in this announcement is open to both large and small businesses. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, the Government will decide if willing and capable PRIME contractors exist for a Small Business, 8(a), HUB Zone, or Service-Disabled Veteran-Owned Small Business (SDVOSB) small business set-aside. Depending on the results of this market research, the Government is considering the establishment of two separate JOC contracts to meet program requirements; namely, one open to both large and small businesses, with a total capacity of $100 million, and one set aside for Small Business with a total capacity of $35 million. SUBMISSION REQUIREMENTS. Responses to this sources sought synopsis shall provide the following information: (1) General Information provide the prime contractors name, address, and information pertaining to the size of the firm and its socio-economic status (Small, 8(a), SDVOSB, or HUB Zone Small Business). (2) Bonding Capability provide the prime contractors bonding capacity, to include individual bonding limits and aggregate bonding limits. Firms should ask their bonding agent/surety to provide its single contract bonding capacity and its aggregate bonding capacity. (Please note that this information should come from the bonding agent/surety, not the firm itself. Also, please do not provide actual bonds). Firms should also include the name, POC, and phone number of the prime contractors bonding company and any current on-going projects and their bonding amounts. AT ANY GIVEN TIME, THE CONTRACTOR MUST BE ABLE TO BOND FOR THE ENTIRE AMOUNT OF ALL TASK ORDERS BEING PERFORMED UNDER THIS CONTRACT. (3) Past Experience - provide descriptions of projects substantially complete or completed within the last five years which are similar to projects in the aforementioned paragraph in size, scope, and dollar value. With each project experience provided, include the date when the project was completed or will be complete, the location of the project, the contract amount and size of the project, the portion and percentage of work that was self performed, whether the project was design/build or not, and a description of how the experience relates to the proposed project. (4) Performance of Work provide a statement of which portion of the work the prime contractor plans to self perform, and how that work will be accomplished. The responses to this sources sought synopsis should be forwarded to the attention of Bethanie F. Healey, USACE Seattle District, CECT-NWS-S, Bldg 2015, N. 4th Pendleton, Ft. Lewis, WA 98433 or via email to bethanie.f.healey@usace.army.mil. One copy of the submittal package is due not later than 2:00 PM Pacific Time on 4 August 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-09-R-0082/listing.html)
- Place of Performance
- Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA<br />
- Zip Code: 98124-3755<br />
- Zip Code: 98124-3755<br />
- Record
- SN01875205-W 20090716/090715000820-d0015afe6f17961b2fa263c0224db6a5 (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 |