Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2012 FBO #3731
SOURCES SOUGHT

Z -- West Region Design-Build Fire Protection Multiple Award Task Order Contract (MATOC)

Notice Date
2/9/2012
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
USACE District, Charleston, 69-A Hagood Avenue, Charleston, SC 29403-5107
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-12-S-0006
 
Response Due
2/23/2012
 
Archive Date
4/23/2012
 
Point of Contact
Henry Wigfall, (843) 329-8088
 
E-Mail Address
USACE District, Charleston
(henry.wigfall@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. 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), HUB-Zone Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) is 238290 Other Building Equipment 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 system installation or repairs (new construction and renovations) with two phase design-build capabilities. The work includes, but is not limited to design analysis, fire suppression systems (wet, dry, pre-action, ESFR, and CMSA), 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 (DOD)activities located in the western region of the continental United States (CONUS) and managed by the Charleston District of the Army Corps of Engineers. Some projects may include significantly developed designs and some projects will require design and construction of general construction to support the fire protection system installation. All DOD projects shall meet the requirements found in the Unified Facilities Criteria (UFCs). The design team shall also include the services of qualified engineers, and architects and specifically fire protection engineers as defined in UFC 3-600-01. The anticipated task order range is between $100,000 and $20,000,000 with most task orders falling in the range of $10,000,000 to $15,000,000. The period of performance will be for one base year with four one year option periods for a maximum of five years or a maximum dollar value of not-to-exceed (NTE) $49,000,000 for all contracts, whichever comes first. The Government will award this contract to a minimum of 3 and no more than 5 contractors. Proposers will be evaluated using the Two-Phase Design-Build, Request for Proposal (RFP) procedures that will result in awards based on Best Value to the Government, price, other factors and in accordance with applicable Federal Acquisition Regulations. Point of contact for this procurement is Lisa Simmons, Contract Specialist US Army Corps of Engineers Charleston District CESAC-CT 69A Hagood Ave., Charleston, SC 29403-5507. Phone: 843-329-8086 or via email at: Lisa.S.Simmons@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 HUB-Zone Small Business, the contractor shall be required to perform in accordance with 13 Code of Federal Regulation (CFR) SUBPART 126.700 (a), a qualified HUB-Zone Small Business receiving a HUB-Zone contract for general construction must perform at least 50% of the contract itself, or through subcontracts with other qualified HUB-Zone 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. Note (3): Bonding Capacity: 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. State whether your firm can provide a Bid Bond (20% of the total bid amount) and Performance and Payment Bonds (100% of a task order amount) for task orders up to $20,000,000. Note (4): 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. Submission Requirements: 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. The following information is required: Teaming arrangements: Joint Ventures and Mentor Prot g 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. Project Information Sheet: See the attached project information sheet. If you can meet all of the requirements for this project and the information in the questionnaire, please respond to this sources sought synopsis by email to Lisa Simmons at: Lisa.S.Simmons@usace.army.mil Your response must be received no later than 2:00 P.M. Eastern Standard Time, on 23 February 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/deb227571847224c81828951932b7b10)
 
Place of Performance
Address: USACE District, Charleston 69-A Hagood Avenue, Charleston SC
Zip Code: 29403-5107
 
Record
SN02672954-W 20120211/120210114935-deb227571847224c81828951932b7b10 (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.