Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2015 FBO #4975
SPECIAL NOTICE

Y -- Out of Scope Modification(s) to Extend Order Periods 33 Days on Existing MATOC Pool established from RFP W912HN-09-R-0088

Notice Date
7/6/2015
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Savannah, Attn: CESAS-CT, 100 West Oglethorpe Ave, Savannah, GA 31401
 
ZIP Code
31401
 
Solicitation Number
W912HN09X8809
 
Archive Date
7/5/2016
 
Point of Contact
Julie M. Oliver, 912/652-5899
 
E-Mail Address
USACE District, Savannah
(julie.m.oliver@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought/Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government to award a contract. The United States Army Corps of Engineers, Savannah District (USACE-SAS), is conducting research to determine the market capabilities of potential contractors. USACE-SAS intends to execute five supplemental agreements for five multiple award task order contracts (MATOCs) to extend the contracts' ordering period 33 days each, from 29 August 2015 through 30 September 2015. The MATOCs resulted from an unrestricted competition for firm-fixed-price construction within the Savannah District and South Atlantic Division (SAD), and is referred to as the quote mark 09-02 GA SC General Construction MATOC quote mark. Currently, the ordering period for the current contracts in the unrestricted GA SC General MATOC pool is set to end on 29 August 2015, which will leave Savannah District without an unrestricted MATOC to support the Military and Support for Others (SFO) programs. The MATOC RFP W912HN-09-R-0088 was issued for two-phase Design Build, Design Bid Build, new construction, renovation, training, maintenance, site work, and infrastructure, within the South Atlantic Division Area of Operations which includes North Carolina, South Carolina, Georgia, Florida, Alabama, and Mississippi. Typical project locations are on military installations within Georgia and South Carolina. The GA SC General Construction MATOC was awarded with a capacity of $499,000,000.00. Each contract contains a three-year base period, and two quote mark 365 day quote mark option periods. USACE-SAS proposes to extend the ordering period of the five contracts by 33 days each, from 29 August 2015 to 30 September 2015, to facilitate the award of a task order for the Aerial Gunnery Range (AGR), Project No. 55121, Ft. Bragg, NC. RFP W912HN-09-X-8809 for the AGR was issued on October 17, 2015, and final proposals were received on February 3, 2015 with a 210 day BAP. Primary facilities of this project include the AGR, site preparation, live fire village, forward armament and refuel pad, operations control area, control tower, after action review building, operations/storage building, bleacher enclosure, covered mess, latrine, ammunition breakdown building, bivouac area, and building information systems. Sustainability/Energy measures will be provided. Supporting facilities include electric service; water, sewer, gas, site improvements, and information systems. Facilities will be designed to a minimum life of 50 years and energy efficiencies meeting, on average, American Society of Heating, Refrigerating, and Air-Conditioning Engineers (ASHRAE) 189.1 standards through improved building envelope and integrated building systems performance. Eight buildings will require demolition (4,000 Total SF). The Air-Conditioning system is estimated at 25 Tons. The USACE-SAS intends to award these extension modifications under the GA SC General Construction MATOC upon the basis of the authority provided in 10 U.S.C. 2304(c)(1) and implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. This MATOC is the only contracting vehicle that can facilitate award of the AGR without substantial duplication of cost to the Government. Unless this MATOC is extended, substantial duplication of costs will occur that is not expected to be recovered through further competition. In addition, unacceptable delays will occur fulfilling agency's requirements for the AGR in support of our troops. The Government will support the proposed action with a written Justification & Approval (J&A), and will post it to ASFI upon final approval prior to proceeding. Interested persons may identify their interest and capability to respond to the requirement; however, this quote mark Special Notice of Intent quote mark is NOT a request for proposal. All capability statements received within fifteen (15) days after date of publication of this notice will be reviewed by the Government and considered. However, a determination by the Government NOT to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If your firm wishes to submit a capability statement, it should demonstrate the Offeror's expertise to provide the services identified above. Interested firms with approved NAICS 236220 have until July 20, 2015 at 10:00 a.m. EST to submit the following information: -Name & Address of your Firm -Point of Contact (name/telephone/email) -DUNS No. & CAGE Code -Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Own Small Business, Disadvantaged Business, Woman-Owned Business, and Large Business. (If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, TN, MS, FL, KY, SC). The Government must be able to verify SBA certification of HUBZone, 8(a) and SDB via SAM. -Bonding capability, both single and aggregate, as evidenced by submission of Surety Company letter stating bonding capacity. -Evidence of capabilities to perform comparable work in the area of general construction on three (3) recent projects (not more than five (5) years old). Include the project name and description of the key features of the project (i.e. square footage, multi-story, secure facility, phased renovation, etc.), completion date, total contract construction value, whether it was design-build, construction only, renovation or rehabilitation, and your company's level of involvement in the project, i.e. subcontractor (type), prime, GC, specific role, etc. Additionally, if you were teaming with another firm, clearly identify your role on the projects(s) submitted. Please provide at least one point of contact (with email address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level of experience. -Firm's capability to perform, to include geographic span and project size. Include firm's in-house capability to execute design and construction, or established relationship with a design firm to perform D-B. -Information of Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to submit information in response to this ASFI Special Notice, and would team with another firm (formally or informally), you must submit information, not more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is, or will be, considering the proposed arrangement. Therefore, include in your one (1) page, whether you are a small business and if you intend to mentor/prot g and/or JV with a large business firm (both team members must agree that 51% of the profits and managerial function will be performed by the small business). Likewise, if you are an 8(a) firm intending to mentor/prot g and/or JV with a large business firm, both team members must agree that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot g arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation, or if the Government cannot verify status. If you intend to submit information in response to this quote mark ASFI Special Notice quote mark, you may submit via email to julie.m.oliver@usace.army.mil no later than July 20, 2015 at 10:00 a.m. EST. Late submissions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN09X8809/listing.html)
 
Record
SN03786157-W 20150708/150706234430-cb1a74a108a6623b998d35e7d72fb4e4 (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.