Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2010 FBO #3260
SOURCES SOUGHT

12 -- Design-Build Fire Protection Multiple Award Task Order Contract (MATOC)

Notice Date
10/26/2010
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
US Army Corp of Engineers, Charleston, 69-A Hagood Avenue, Charleston, SC 29403-5107
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-11-S-0002
 
Response Due
11/12/2010
 
Archive Date
1/11/2011
 
Point of Contact
Henry Wigfall, (843) 329-8088
 
E-Mail Address
US Army Corp of Engineers, Charleston
(henry.wigfall@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for a Design-Build Fire Protection Multiple Award Task Order Contract (MATOC) W912HP-11-S-0002 The U.S. Army Corps of Engineers, Charleston District, has a requirement for a Design-Build Fire Protection Multiple Award Task Order Contract (MATOC). This is not a Solicitation Announcement and 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 Small Business Administration (SBA), Certified 8(a), HUBZone Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) is 238210 Electrical Contractors and Other Wiring Installation Contractors.. The Small Business Size Standard is $14.0 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. This contract will primarily consist of fire protection installation or repairs (new construction and renovations) with some design capabilities. The work includes but is not limited to: fire suppression systems (wet, dry, pre-action, wet chemical, deluge and high speed deluge and ultra high speed deluge), water supplies (fire pumps, tanks and underground water mains), low and high expansion foam, gaseous (carbon dioxide and clean agents) special hazards protection, and fire alarm systems (detection, reporting, and mass communication) for the Department of Defense activities located in both the continental United States (CONUS) and outside the continental United States (OCONUS) to the extent managed by the Charleston District of the Army Corps of Engineers. The anticipated task order range is between $50,000 and $5,000,000 with most task orders falling in the range of $75,000 to $1,500,000. The maximum contract value is not-to-exceed (NTE) $60M dollars. The period of performance will be for one base year with four one year option periods for a maximum of sixty months or a maximum dollar value of not-to-exceed (NTE) $300,000,000 for all contracts, whichever comes first. The Government will award a maximum of 5 contracts under this MATOC. The contract will include a base year and four option years. The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation. The award for this procurement will be made in accordance with the applicable Federal Acquisition Regulations. The applicable NAICS code is 238210 Electrical Contractors and Other Wiring Installation Contractors. The capacity of the contract is $300,000,000.00 over 5 years. The proposed contract will be awarded using best value procedures. Point of contact for this procurement is Henry Wigfall, Contract Specialist, US Army Corps of Engineers, Charleston District, CESAC-CT, 69A Hagood Ave., Charleston, SC 29403-5507. Phone: 843-329-8088 or via email at Henry.Wigfall@usace.army.mil. Requirements: DFARS 252.204-7004 Required Central Contract (CCR) registration applies to this procurement. Prospective contractors must be registered in the Department of Defense CCR database prior to award. Lack of registration in the CCR database will make a U.S. offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the internet at http://www.ccr.gov/. Notes: Note: (1) If the decision is to Set-Aside this procurement for HUBZone Small Business, the contractor, shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HUBZone Small Business receiving a HUBZone contract for general construction must perform at least 50% of the contract either itself, or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (2) If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) states The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The Contractor shall provide Performance and Payment Bonds within five (5) to ten (10) calendar days after award. The contractor shall begin work within ten (10) calendar days after acknowledgement of the Notice to Proceed. Completion Time for this project will be specified in the request for task orders. If the contractor fails to complete the work within the specified number of days, the contractor shall pay liquidated damages to the Government in the amount specified in the contract. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by completing the information requested and submitting it by e-mail Henry Wigfall at henry.wigfall@usace.army.mil: Phone (843) 329-8088. Response must be received no later than 2:00 P.M. Eastern Standard Time, on 12 November 2010. The following information is required: Teaming arrangements, such as Joint Ventures and Mentor Protg are acceptable but must be approved by the appropriated authority. Contractor must submit proof of approval with the agreement. Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence in fire protection installation or repairs (new construction and renovations) with some design capabilities.. Provide documentation for your firm on past or similar efforts as a prime contractor. Submission Requirements: See the attached project information sheet. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HP-11-S-0002/listing.html)
 
Place of Performance
Address: US Army Corp of Engineers, Charleston 69-A Hagood Avenue, Charleston SC
Zip Code: 29403-5107
 
Record
SN02316927-W 20101028/101026233924-70e7c4248bd46005ce78074e5d04eeaf (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.