SOURCES SOUGHT
Z -- SATOC for Multi-Disciplinary Maintenance, Repair and Minor Construction Work in Support of JBLM Public Works and Other Customers Supported by the Seattle District US Army Corps of Engineers
- Notice Date
- 11/23/2015
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-16-R-0005
- Archive Date
- 12/23/2015
- Point of Contact
- Christine Prettyman, Phone: 253-966-3220, Kathaleen Schollard, Phone: 253-966-4369
- E-Mail Address
-
christine.e.prettyman@usace.army.mil, kathaleen.schollard@usace.army.mil
(christine.e.prettyman@usace.army.mil, kathaleen.schollard@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY TO ASSIST THE SEATTLE DISTRICT US ARMY CORPS OF ENGINEERS (USACE) IN DEVELOPING THE AQUISITION STRATEGY FOR AN UPCOMING Single Award Task Order Contract (SATOC) for Multi-Disciplinary Maintenance, Repair and Minor Construction Work in Support of Joint Base Lewis McChord (JBLM) Public Works and Other Customers Supported by the Seattle District US Army Corps of Engineers. THIS IS NOT A PRESOLICITATION OR SOLICITATION ANNOUNCEMENT. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate presolicitation announcement will be published on the Federal Business Opportunities website (FEDBIZOPPS.GOV). Responses to this SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY are not adequate response to any future solicitation announcement. The purpose of this notice is to gain knowledge of and determine the availability of potentially qualified Small Business sources and their size classifications relative to the North American Industry Classification System (NAICS) Code of 236220, Commercial and Institutional Building Construction. For the purposes of the procurement in this study, a firm is considered a small business if its annual average gross revenue, taken for the last three (3) fiscal years, does not exceed $36.5 million. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a small business set-aside is possible and/or appropriate. Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the US Army Corps of Engineers. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and capabilities to compete for and perform the contract described herein. ANTICIPATED CONTRACT INFORMATION: The Seattle District expects to solicit a SATOC Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract that will include a one-year base period with the option to extend for two (2) one-year option periods with a maximum dollar capacity of $45,000,000. Individual Task Orders to be negotiated and awarded under this expected construction IDIQ contract will be firm-fixed price with an anticipated range of $50,000 to $2,500,000. Task Orders will involve a broad range of multi-disciplinary maintenance and repair, and minor construction work and may include a variety of trades such as carpentry, road repair, roofing, excavation, interior/exterior elements, mechanical, electrical, steam welding, asbestos, and lead paint abatement incidental to construction. The contract may also be used for task orders expected to require some incidental design effort by the Contractor. Examples of typical incidental designs include, but are not limited to, fire alarm systems, fire sprinkler systems, HVAC system installation and balancing, communications systems, structural design of minor facilities or components and licensed professional engineer certification of site adaptation of pre-engineered structures. Projects may be located in Washington, Oregon, Idaho and Montana with the majority of projects located at Joint Base Lewis-McChord, Washington and Yakima Training Center. This expected construction contract will be competitively solicited and procured in accordance with Federal Acquisition Regulation (FAR) Part 15. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by the SBA. SUBMISSION REQUIREMENTS FOR THIS SOURCES SOUGHT: Responses to this SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY shall include the interested firm's name, address, point of contact, phone number, email address and small business size status. Interested firms must provide a brief capabilities narrative indicating their specific experience with whole building interior/exterior renovation, minor new construction, construction of pre-engineered buildings mechanical/electrical type design and engineering services, as well as, their specific interest in the anticipated contract described herein. Interested firms are also requested to provide a minimum of five (5) project examples that reflect their firm's experience with the following: - Performance of multi-disciplinary repair and construction services and incidental design services for projects located in Washington, Oregon, Idaho and/or Montana (include specific experience with projects at Joint Base Lewis-McChord, WA, if available) - Capability to support multiple ongoing repair and construction projects (preferably up to ten ongoing projects at any given time) SUBMISSION DUE DATE/TIME: Responses to this SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY should be received as soon as possible but no later than 2:00 pm (Pacific Standard Time) on Tuesday, December 08, 2015. Please forward responses to the attention of Christine Prettyman, Contract Specialist, by email to christine.e.prettyman@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-16-R-0005/listing.html)
- Place of Performance
- Address: North 4th and Pendleton, Bldg 2015, 3rd Floor, Joint Base Lewis-McChord (JBLM), Washington, 98433-9500, United States
- Zip Code: 98433-9500
- Zip Code: 98433-9500
- Record
- SN03952511-W 20151125/151123234217-32e85036a4410b3acdcdc0b893d9eef6 (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 |