SOURCES SOUGHT
Y -- Y- CONSTRUCTION DESIGN BUILD MATOC PRIMARILY FOR LOS ANGELES DISTRICT AND IN SUPPORT OF DESIGN BUILD AND DESIGN BID BUILD PROJECTS WITHIN THE SOUTH PACIFIC DIVISION, US ARMY CORPS OF ENGINEERS
- Notice Date
- 12/4/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-15-S-0005
- Response Due
- 1/7/2015
- Archive Date
- 2/6/2015
- Point of Contact
- Sandy Oliver-Hall, (213)452-3243
- E-Mail Address
-
USACE District, Los Angeles
(Sandra.F.Oliver-Hall@spl01.usace.army.mil)
- Small Business Set-Aside
- N/A
- 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 SNYOPSIS. 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), Historically Underutilized Business Zones (HUBzone), Service-Disabled Veteran-Owned Small Business (SDVOSB); and/or to proceed with full and open competition as unrestricted. The intent is to issue a Request for Proposal per business category mentioned but the Government must ensure there would be 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 five (5) Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award task order contract(s) (MATOC),with a Not to Exceed (NTE) ceiling price to be determined or 60 months, whichever comes first. The Governments intent is that each MATOC award will have 3 or more contractors in each pool. The overall value for all contracts combined will be $495,000,000.00. Selection of the successful contractor(s) will be based on the Best Value Trade-off 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 in their respective pools. The MATOC will be in support of Construction services fie Civil Works, Military and International Interagency Support Missions Design-Build and fully designed projects. These contracts will be available for projects located within Los Angeles District and the South Pacific Division which includes projects located in our Sacramento, San Francisco and Albuquerque Districts. The North American Industry Classification Codes (NAICS) for this procurement is primarily 236220, quote mark Commercial and Institutional Building Construction quote mark but to include 237990, quote mark Other Heavy and Civil Engineering Construction quote mark, both with a Small Business Size Standard of $36,500,000.00. The Government will use responses to this source sought to determine the appropriate acquisition strategy. Concerns must submit a narrative describing their Company's ability to perform work that Is comparable to the work described by this synopsis. The Scope of Work will consist of various types of projects to include the following: maintenance, repair, and minor construction relating to, but not limited to, civil, mechanical, plumbing, nonstructural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, antiterrorism and force projection. Work may consist of but limited to: new construction, renovation, repairs, preventive maintenance, and environmental abatement. Under FAR 52.219-14, quote mark Limitations on Subcontracting quote mark, 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 is not required for submitting a response under this sources sought synopsis. The Design portion must be accomplished by qualified, experienced, professional A-E multi discipline firms. These A-E firms must be capable of design analysis, planning, development, CADD, professional services, pre-design site assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies, reports, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing review, construction phase services and construction administration. Firm's response to this Synopsis shall be limited to 9 pages and shall include the following information (Please number each entry in accordance with information below). 1. Company's names, address, point of contact, phone number, and email address. 2.Company's interest in bidding on the solicitation when it is issued. 3.Company's capability to meet design personnel requirements. 4.Contractor shall demonstrate successful completion of at least three (3) Design Build projects within the last 5 years (3 pages total) FOR THE RANGE OF $1,000,000.00 TO $25,000,000.00. 5.Brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project-provide at least 3 example maximum with no more than 3 pages each. 6.Company's small business category and Business Size: Small Business, Hubzone, Service Disabled Veteran Owned Small Business and 8(a). 7.Company's Joint Venture information if applicable - existing and potential. 8.Company's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested firms shall respond to this Sources Sought by Email or Mail no later than 30 December 2014 by 1:00 P.M. (PST). All interested firm's must be registered in SAM (System for Award Management) to be eligible for award of Government contracts. Mail Address: USACE, Los Angeles District, 915 Wilshire Blvd., Suite 930, ATTN: CESPL-CT-E, Sandy Oliver-Hall, Los Angeles, Ca 90017. The email address is: sandra.f.oliver-hall@usace.army.mil. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement who Fail to provide ALL of the required information requested will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-15-S-0005/listing.html)
- Place of Performance
- Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Zip Code: 90053-2325
- Record
- SN03587099-W 20141206/141204234520-7bc64b95c4087a62170c053ebee8c5ce (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 |