SOURCES SOUGHT
Y -- DB Paving Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contract
- Notice Date
- 11/17/2015
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- W91238-15-R-0037
- Archive Date
- 1/5/2016
- Point of Contact
- Ted L Cha, Phone: 9165576609, Nikole VR May, Phone: 916.557.6989
- E-Mail Address
-
ted.l.cha@usace.army.mil, Nikole.V.May@usace.army.mil
(ted.l.cha@usace.army.mil, Nikole.V.May@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Arianna Raymunda at Arianna.F.Raymundo@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a Design-Build (D-B) Paving Multiple Award Indefinite Delivery Indefinite Quantity Contract (MATOC) for the Presidio of Monterey/Ft Hunter Liggett/Camp Roberts/63rd Reserve, California and also supporting the Corps of Engineers South Pacific Division mission. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in March 2016, please consider this an estimated timeframe. The aggregate not-to-exceed amount for this IDIQ contract is $30 million or five years (whichever comes first). The NAICS Code is 237310, the size standard is $33.5 million, and the Federal Supply Code is Y1LB, Construction of Highways, roads, streets, bridges, and railways. The minimum ordering limit will be $10K and the maximum-ordering limit will be $20M. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Under FAR 52.236-1, the contractor shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION This project is a Design-Build Paving Multiple Award Indefinite Delivery Indefinite Quantity Contract (MATOC) for multiple construction/alteration/repair task orders. The basic IDIQ contract is to support design and construction work to be performed that will primarily consist of the following: The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. The 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 and reports, abatement and sampling, construction documentation, cost estimates, value engineering, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, and Environmental Protection Agency (EPA) compliance for hazardous material such as aircraft fuels, solvents, chemicals, asbestos, lead based paint and radon. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements in regards to the assigned NAICs code. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. A-E disciplines required to comply with the above requirements include but are not limited to: registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil may be acceptable if certified), registered environmental (registered civil may be acceptable if certified), interior designer, certified environmental survey/design personnel, and construction management. The Construction portion includes but is not limited to: paving, construction, repair, surfacing/resurfacing, and painting/striping at Government facilities. Typical efforts include, but are not limited to paving (asphalt, concrete) of highways, roads, streets, bridges, airport runways, public sidewalks, parking lots, etc.; painting of line and striping on airport runways, highways (including traffic lanes), streets, bridges, traffic lane markings and lines in parking lots; grading of highways, roads, streets and airport runways; sign erections on highways, roads, streets and/or bridges; tarring of highways, roads, and streets; surfacing/resurfacing of highways, roads, streets, bridges, and airport runways; pothole filling for highways, roads, streets and/or bridges; construction (including construction management) of highways (including elevated), roads, streets, bridges, overpasses/underpasses, trestles, parkways, airport runways, abutments, bridge/bridge approaches/bridge decking, causeways, culverts for highways, roads and streets, curbs and street gutters, and sidewalks; and repairs of/to highways, roads, streets, bridges and/or airport runways. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offeror's name, DUNS#, Cage Code, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide no more than 3 examples. 4) Offeror's type of small business, Business Size, and which SBA office you are associated with (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offeror's Joint Venture information if applicable - existing and potential 6) Offeror's Bonding Capability in the form of a letter from Surety letter (Single Bond $10K, Aggregate Bonding $20M) The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time will not be considered. Capabilities Statements are preferred to be submitted via email through digital means. Hard copies are not necessary, however at the discretion of the firm, you may submit a paper copy, as well as a digital copy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-15-R-0037/listing.html)
- Place of Performance
- Address: Primarily for Presidio of Monterey/Ft Hunter Liggett/Camp Roberts/63rd Reserve, California, and also support the Corps of Engineers South Pacific Division mission., California, United States
- Record
- SN03947805-W 20151119/151117234600-216bf9245c8402815bb514b84074bda8 (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 |