SOURCES SOUGHT
Y -- Performance Oriented Construction Activities (POCA), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) - Country: The State of Kuwait
- Notice Date
- 2/24/2015
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-15-R-0013
- Response Due
- 3/6/2015
- Archive Date
- 4/25/2015
- Point of Contact
- Diane E. Zartman, 540-665-6558
- E-Mail Address
-
USACE Middle East District
(diane.e.zartman@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTE: THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSALS (RFP). THIS NOTICE DOES NOT OBLIGATE THE UNTIED STATES (U.S.) GOVERNMENT TO ANY CONTRACT AWARD. THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT AS TO THE ULTIMATE ACQUISITION APPROACH. RESPONSES TO THIS MARKET SURVEY SHALL BE FOR INFORMATIONAL PURPOSES ONLY. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COSTS INCURRED IN PREPARATION OF A RESPONSE TO THIS NOTICE. COVER LETTERS AND EXTRANEOUS MATERIALS (BROCHURES, ETC.) WILL NOT BE CONSIDERED. QUESTIONS CONCERNING SUBMISSIONS SHOULD BE DIRTECTED TO DIANE E. ZARTMAN, CONTRACT SPECIALIST AT 540-665-6558 (DIANE.E.ZARTMAN@USACE.ARMY.MIL) AND MICHELLE PEARMAN, CONTRACTING OFFICER AT 540-665-3673 (MICHELLE.R.PEARMAN@USACE.ARMY.MIL). 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE), Middle East District is seeking capable sources for a Performance Oriented Construction Activities (POCA), Indefinite Delivery, Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) with capability to award design build and construction projects. The Government may issue Fixed-Price type task orders for new construction, operations and maintenance, renovations and repair construction, and other related support functions at various installation and facilities in Kuwait. Task orders may involve one work function, or may include multiple functions associated with construction to include, design incidental to construction, renovation and upgrades. It is the Governments intent to make multiple contract awards under a single solicitation. Use of a POCA provides a construction product delivery method that utilizes industry innovation, can accommodate quick and straight-forward projects, as well as some small but complex projects, can help minimize design effort and related overhead expenditures, as well as handle compressed schedules while reducing acquisition-related lead time. Projects may range from those where the government provides full design (Design-Bid-Build) to those with limited design and functional specifications requiring the contractor to complete the design and construct the project. The purpose of the MATOC is to provide a variety of and construction services including but not limited to the following: repair and maintenance of real property, incidental environmental work, incidental services, force protection work, property repair and maintenance, habitat restoration (environmental work), new construction, and renovation. It is the Governments' intent to make multiple contract awards under a single solicitation. This solicitation will result in multiple award task order contracts entered into in accordance with Federal Acquisition Regulation (FAR) 16.504(c). Individual project task orders range estimates are between $1,000,000.00 and $20,000,000.00. Task orders will be Firm-Fixed Price (FFP). MED expects to award multiple MATOCs to offerors who are evaluated as highly qualified to perform the work. The number to be awarded is dependent upon many factors including the number of highly qualified offerors identified and such offerors' capability as determined based on the responses received under this market research effort. MED expects to award a base year and four one-year option periods. The total value of all MATOCs is expected to be no more than $100M. The resultant contracts will be Firm-Fixed Price contracts. The proposed contracts feature a base year and four (4) option years. Each individual task order will establish a period of performance for the individual effort. The total shared capacity of the base contract plus all potential options shall not exceed $100M. The successful contractor will comply with state of Kuwait prescribed laws, policies and procedures for performance of services. 2. PROJECT SCOPE: Typical projects will be those projects that support U.S. programs in Kuwait. Contractors will be expected to accomplish a variety of tasks, including design-build, repairs, additions, upgrades, and new construction. Contractors will be required to furnish all labor, tools, materials, equipment, supervision, personnel, etc. to complete each task order. The successful contractor(s) will provide management, labor, materials, equipment and supervision to accomplish a broad range of fast-track design build construction, repair, upgrades, renovation, operational support such as maintenance of real property for various facilities in the state of Kuwait. Facilities include infrastructure, pavements, administrative, warehouses, maintenance, military living quarters, power plants, covered parking, security fencing, etc., which may be located within secured areas and may require prior approval for access by contractor personnel. Offerors must be able to perform all aspects of this requirement. 3. PROPOSAL PROCEDURES: The Government is considering the use of Request for Proposal (RFP) (FAR Part 15) procedures for this project. The intent is for the RFP to be issued in a Two Phase process. The Best Value Trade-off (BVTO) contracting method may be used to evaluate Phase One proposals and Phase Two proposals. Evaluation criteria will be stated in the RFP. The Government may include options in the RFP. The acquisition may result in a multiple fixed-price construction contracts awarded based on BVTO determination. 4. SUBMISSION REQUIREMENTS: The Government is seeking to identify qualified sources under the North American Industry Classification System (NAICS) 236220 (Commercial and Institutional Building Construction) either singly or as part of an assembled team. a. Provide your experience as a Prime Contractor completing design and construction of projects valued at least $20 Million in size or more. Provide a list of projects completed by your company and demonstrate your recent experience and ability to perform similar scope and size projects. b. Provide your capabilities to obtain Security at a fixed-price effort for the duration of the project. c. Provide your capabilities for obtaining Performance and Payment Bonds or other acceptable sureties for this project, if awarded. See FAR clause 52.228-15. All Interested firms should complete the attached Capability Statement and return it via e-mail to Diane.E.Zartman@usace.army.mil. The submission should address all questions in the attached capability statement and your ability to perform the work stated in the project information section of this notice. Submission should not exceed ten (10) one-sided, 8-1/2 quote mark X 11 quote mark pages. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Diane Zartman, Contract Specialist at 540-665-6558, Diane.E.Zartman@usace.army.mil or Michelle Pearman, Contracting Officer at 540-665-3673, Michelle.R.Pearman@usace.army.mil. Personal visits to discuss this announcement will not be scheduled.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-15-R-0013/listing.html)
- Place of Performance
- Address: USACE Middle East District P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Zip Code: 22604-1450
- Record
- SN03650052-W 20150226/150224235049-403113c4a1574809aeee1929954cbe24 (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 |