SOURCES SOUGHT
R -- Real Estate Support Contracts SOURCES SOUGHT
- Notice Date
- 3/19/2015
- Notice Type
- Sources Sought
- NAICS
- 541191
— Title Abstract and Settlement Offices
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-15-R-ECSO5
- Response Due
- 4/20/2015
- Archive Date
- 5/20/2015
- Point of Contact
- Erin Williams, 402-578-8139
- E-Mail Address
-
USACE District, Fort Worth
(erin.k.williams2@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For Real Estate Support Contracts In Support of the Fort Worth District, USACE This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the Sources Sought or resulting market research. The U.S. Army Corps of Engineers, Fort Worth District has a requirement for Real Estate support services requiring the solicitation and award of Multiple Award Task Order Contracts (MATOCs) in support Fort Worth District programs and Interagency and International (IIS) partners including, but not limited to, Defense Logistics Agency, Department of Homeland Security, Drug Enforcement Agency, and Department of Veterans Affairs. The proposed acquisitions will be firm fixed price, indefinite delivery-indefinite quantity (IDIQ) contracts. The results of the market research will determine the type of business set-asides that will be utilized in the resulting Requests for Proposals. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include large businesses and the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. The majority of the work to be performed under these MATOCs will be title research, escrow, appraisal, survey, and negotiation preparation and support. Work may occur anywhere in the United States including its territories and processions. Resulting contracts are likely to serve discrete geographical regions within the US and the geographic boundaries of each MATOC will be determined by the capability of market as determined by the response to this Sources Sought announcement as well as other relevant data. The contract period of performance is for a 1-year base period and up to four 1-year option periods. The minimum Task Order size will be $2,500.00, the maximum Task Order Size is estimated to be approximately $1,000,000.00 with an average size Task Order of $1,500,000.00. It is currently estimated that a pool of contractors may be concurrently working up to eight task orders concurrently. The total contract capacity and geographic boundaries of the resulting contract(s) will be determined after the completion of Market Research which includes an analysis of the sources sought capabilities statements received. The North American Industry Classification System code for this procurement is 541191, which has a small business size standard of $11M. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting that they must self perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees for construction by special trade contractors. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated RFP issuance date is on or about 20 November 2015. 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. Responses to this Synopsis shall be limited to 5 pages and shall include the following information: The completed Sources Sought Response document included as an attachment to this Sources Sought. Interested Firms shall respond to this Sources Sought Synopsis no later than 20 April 2015. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Erin Williams at erin.k.williams2@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-15-R-ECSO5/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN03672662-W 20150321/150319234741-78a2fc2bfffcf692d10baacffe5403ff (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 |