Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2010 FBO #2997
SOURCES SOUGHT

Y -- Programmatic Acquisition Plan - Fort Bliss, Texas

Notice Date
2/5/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-PAPAMEND4
 
Response Due
3/3/2010
 
Archive Date
5/2/2010
 
Point of Contact
Terri Marshall, 817-886-1058
 
E-Mail Address
USACE District, Fort Worth
(terri.marshall@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT SYNOPSIS To Amend Programmatic Acquisition Plan - Fort Bliss, Texas This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks 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 U.S. Army Corps of Engineers (USACE) Fort Worth District has been tasked to amend the Programmatic Acquisition Plan by increasing capacity in support of the militarys transformation into units of action, integrated global presence and basing strategy (IGPBDS), base realignment and closure (BRAC) 2005 for Training Ranges at Fort Bliss, Texas. There are approximately 14 projects increasing site development, structure and utilities at Meyers Range, Oro Grande Range, and Dona Ana Range. Typical projects include a wide range of site work that involve connections to and distribution of all utility systems: electrical, storm, drainage, metal buildings, reinforced concrete foundations, ballistic walls, air conditioning, targetry emplacements, bunkers, fencing, paved and unpaved roads and walkways; clearing and grubbing; erosion control measures; tank trails; Anti-Terrorism/Force Protection; demolition; and earthwork which includes cut and fill and excavation of borrow material. The proposed projects are amendments to the Programmatic Acquisition Plan. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. 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 Small Business, other than Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE: 1. Contracting and Construction 2. Estimated Price Range: $1 million $50 million 3. NAICS Code: 236220 4. SB Size Standard $33.5 million 5. FSC Code: Y159 6. Statement Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the negotiation of this acquisition are: (1) at least 70% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 6.2% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 7% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 2.0% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SDVOSB; (5) at least 9.8% of a contractor's intended subcontract amount be placed with HUBZone SB; (6) at least 3.5% of a contractor's intended subcontract amount be placed with veteran owned. No automated management information systems will be required under the contract. Capacity and capability to perform work in compliance with Federal, State and Local regulations and laws, and within the required time frame is required. It is anticipated that multiple projects may be awarded simultaneously to the selected firm(s). Firms shall demonstrate adequate team capacity to coordinate, and manage multiple task orders concurrently to meet required milestones. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Market research will be utilized to establish a multiple award task order contract (MATOC). It is anticipated two MATOC contractor pools will be awarded. The awards will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 15 April 2010, and the estimated proposal due date will be on or about 20 May 2010. 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. Firms response to this synopsis shall be limited to 5 pages and shall include the following information: 1. Firms name, address, point of contact, phone number, and e-mail address. 2. Firms interest in bidding on the solicitation when it is issued. 3. Firms capability to perform a contract of this magnitude and complexity, including the firms capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customers name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples. 4. Firms small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a). 5. Firms Joint Venture information if applicable existing and potential. 6. Firms Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Interested Firms shall respond to this Sources Sought Synopsis no later than 3:00 p.m. CST 03 March 2010. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to: Sue Jones USACE Fort Worth District ATTN: CESWF-CT-C 819 Taylor Street, Room 2A19 Fort Worth, TX 76102-0300 Fax: 817-886-1075 Email: sue.jones@usace.army.mil EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-PAPAMEND4/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02059031-W 20100207/100205234918-f4fafb7937b089b9f80b5a043c5aad05 (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.