SOURCES SOUGHT
Y -- Facilities Sustainment, Restoration, and Modernization (FSRM) Design-Build and Design-Bid-Build - USACE Omaha District Sources Sought
- Notice Date
- 6/3/2016
- 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, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-16-S-M006
- Point of Contact
- Tyler Hegge, , Melissa Harlon,
- E-Mail Address
-
tyler.hegge@usace.army.mil, melissa.r.harlon@usace.army.mil
(tyler.hegge@usace.army.mil, melissa.r.harlon@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis Identification Number: W9128F-16-S-M006 DESCRIPTION THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO COLLECT AND UTILIZE THE INFORMATION PROVIDED IN SUPPORT OF MARKET RESEARCH AND ACQUISITION PLANNING PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE. Response to this synopsis is strictly voluntary and will not affect any firm or corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for market research and planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations under Federal Acquisition Regulation (FAR) 3.104. The US Army Corps of Engineers (USACE) Omaha District is seeking qualified members of the Small Business Community (Small Business (SB), Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), Woman-Owned Small Business (WOSB), Historically Underutilized Business Zone (HUBZone), and Section 8(a) Participants or small business-led teaming arrangements that qualify under the North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction (having a size standard of $36.5M). This synopsis constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of interested contractors that are capable of providing services listed under NAICS code 236220 and are capable of performing work within Omaha District's Area of Responsibility (AOR). Though majority of the work is anticipated to be under the primary NAICS code of 236220, task orders may also include work under other construction-sector NAICS codes such as 237990 - Other Heavy and Civil Engineering Construction. SCOPE OF WORK The scope of work provides for civil and military stakeholder facilities sustainment, restoration, and modernization (FSRM) activities. FSRM projects may also include incidental demolition, hazardous and toxic waste remediation and disposal services. Incidental hazardous and toxic waste remediation may include asbestos/lead abatement or removal services. Types of projects that may be performed under this contract include design-build/design-bid-build, installation, upgrades, and/or repairs of: -mechanical systems, electrical systems, sewer systems, and plumbing systems, -minor construction of new buildings/structures, -existing buildings/structures, -dam and levee structures, and -roadways, parking areas, pedestrian walkways, boat/access ramps, and bank stabilization. Other services to be performed include, but are not limited to, preparation of Design/Build Requests for Proposals (RFPs), preparation of design/construction documents, charrette/concept designs, schematic designs, planning, programming, site investigations, surveying and geotechnical investigations, space planning, interior design, parametric and construction cost estimating, feasibility studies, plan formulation and other engineering services and construction phase services for military and civil federal agencies. Construction phase services may include review of contractor-prepared design documents, shop drawing and construction submittal reviews, site visits, construction oversight, technical assistance, commissioning support, and startup service assistance. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work through a potential Multiple Award Task Order Contract (MATOC). Interested contractors, including small businesses and small business-led teaming arrangements, that qualify under NAICS Code 236220 are hereby invited to submit a response to the synopsis to demonstrate their technical, managerial and business capability to provide the requested services. THIS SOURCES SOUGHT SYNOPSIS DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. This Sources Sought constitutes a market research tool for the collection and analysis of information to determine the capabilities, interests and capacity of Service Providers (specifically members of the Small Business Community). SPECIFIC REQUIREMENTS Project sites may exist at various locations within the USACE Omaha District's AOR. Omaha District's AOR includes Colorado, Wyoming, Montana, North Dakota, South Dakota, Nebraska, Minnesota, Wisconsin, and Iowa. All work must be performed with USACE guidance to State and Federal requirements. In accordance with FAR Subpart 4.1102 contractors are required to be registered in System for Award Management (SAM) prior to award of a contract or agreement that is not specifically exempt. (See SAM website at www.sam.gov). TYPE OF CONTRACT Best practices and lessons learned from past operational success include competition, socio-economic participation, service provider capability of Indefinite Delivery, Indefinite Quantity (IDIQ) fixed price type contracts commonly known as multiple award task order contracts (MATOCs). The Government currently anticipates a Design-Build/Design-Bid-Build MATOC awarded to qualified Small Business firms. It is anticipated that a majority of task orders will require payment and performance bonding. All sub-categories of small businesses are being considered during our market research phase. Based upon approval, it is projected that any contract awarded will have a total ordering period of up to 5 years: a base period of three (3) years plus a two (2) year option period. SUBMISSIONS Capabilities package/response submittal must be received no later than 2:00 Central Standard Time on 1 July 2016. Any information submitted is voluntary. 1. Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS Code 236220 having a size standard of $36.5 Million Dollars over 3 Fiscal years for Commercial and Institutional Building Construction, and that can support Design-Build/ Design-Bid-Build construction scope requirements for military and civil federal agencies, should submit a capability and capacity statement package. The submission shall be prepared in Microsoft WORD 2000 or greater, no more than ten (10) pages (not including the cover letter), single spaced, 10 point font minimum. 2. A cover letter provided for the capability and capacity statement package shall include: a. Name and address of the company. b. Company's business size status (i.e. Small Business (SB), Small Disadvantaged Business (SDB), Women Owned Small Business (WOSB), Veteran Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Section 8(a)); c. A statement verifying if your firm is active under NAICS Code 236220; d. A point-of-contact to include phone number, fax number, and email address. In addition, please provide affiliate information: parent company, joint venture partners, and/or potential teaming partners. 3. The capability and capacity statement package must demonstrate and address the following: a. Experience on a minimum of four (4) construction projects performed within the last four (4) years. For each construction project referenced include the following: -the contract number; -name of the military or civil federal agency supported; -contract value at award; -the assigned NAICS code; -whether your firm was the prime contractor, subcontractor, or JV participant; -percent of self-performed work provided by your firm; and -a Government point of contact with a current telephone number and email address. Each construction project experience should include a brief narrative addressing the magnitude, scope, and complexity of projects that demonstrate design-build/design-bid-build project experience for the installation, upgrades, and/or repairs of: mechanical systems, electrical systems, sewer systems, and plumbing systems; minor construction of new buildings/structures; existing buildings/structures; dam and levee structures; and roadways, parking areas, pedestrian walkways, boat/access ramps, and bank stabilization. Address any construction experience that demonstrates the capability of the firm to provide applicable design and incidental environmental remediation services to support the aforementioned construction identified. b. List recent (existing and/or prior) successful teaming arrangements engaged in this type of work with your firm. Teaming arrangements may include Prime and subcontractors, Joint Ventures, or Mentor Protégé agreements held with other business concerns, large or small businesses. 4. In addition to the above, the Government requests comments from interested parties to the following questions: a. Would your firm be interested in submitting a proposal considering the anticipated scope of work? If not, why? b. In reference to 3 above, does your firm have sufficient experience in the anticipated scope of work that would allow the government evaluator to assess your firm's capability? If not, please explain. c. Would your firm be interested in submitting a proposal for projects located in any state within Omaha District's AOR? (Colorado, Wyoming, Montana, North Dakota, South Dakota, Nebraska, Minnesota, Wisconsin, and Iowa) d. If your firm is not interested in submitting proposals for projects located in any state within Omaha District's AOR, which state(s) would your firm NOT be interested in submitting proposals for? e. What is a routine minimum and maximum dollar value per task order your firm would consider submitting a proposal for? What is the average dollar value per task order your firm routinely submits a proposal for? f. How many task orders can your firm successfully perform and manage concurrently? g. What is the project and aggregate bonding capacity of your firm? h. What maximum annual capacity of work can your firm reasonably manage while assuring effective and efficient program/project implementation and maintaining quality products? i. What is your resource availability (staffing and equipment) to self-perform the work? j. What elements of work would your firm consider to subcontract? k. What is the capability of your firm to execute projects in a timely manner within Omaha District's AOR. Please provide any concerns or recommendations your firm may have. l. Would your Small Business Concern firm most likely submit a proposal as a prime contractor OR as part of a teaming arrangement to cover the entire Omaha District's AOR? m. In what socio-economic program(s) does your firm currently participate in (e.g. SB, WOSB, 8 (a), HubZone, SDVOSB, etc.)? What is the extent of your participation in these programs? n. What do you consider are the most critical criteria that would distinguish one company's capabilities from/over another? Explain. o. For small business consideration, would your firm be able to compete under NAICS Code 236220 having a size standard of $36.5M over a 3 year fiscal period? If not, why? p. Does your firm have any other comments or suggestions that you would like to share with the Government? 5. This sources sought synopsis is for market research and planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Government Point of Entry (GPE) via FedBizOpps for any resultant or future solicitation package(s) that may be issued. 6. Results of the market research will be used to satisfy FAR Parts 5, 10, 19, and other applicable parts of the FAR and associated directives and guidance. Specifically, the results of the research will be used to analyze, evaluate, determine and document the capabilities and capacity of contractors to provide services as described in the Scope of Work. The information gathered may be used by the Government in a variety of ways such as to document formal acquisition plans, prepare benefit and cost-type determination and justifications, and to determine industry best practices, technical and acquisition approaches. All interested, capable, qualified (under NAICS code 236220) and responsive contractors are encouraged to reply to this sources sought notice. Please e-mail responses to tyler.hegge@usace.army.mil and courtesy copy melissa.r.harlon@usace.army.mil no later than 2:00pm, 1 July 2016. Responses must include in the subject line: RESPONSE TO SOURCES SOUGHT SYNOPSIS W9128F-16-S-M006. Electronic responses via email are required and any information submitted is voluntary. Information requested and received in response to this notice will be used in planning future acquisitions; please do not send in any cost proposals or cost information. The Government may not accept or take into consideration any capability or capacity statement packages that do not adequately address questions 2 through 4 above. Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov. As such, it is the potential offerors' responsibility to monitor the above mentioned site for the release of any additional information. THIS NOTICE DOES NOT CONSTITUTE A PRE-SOLICITATION NOTICE OF SOLICITATION ISSUANCE. Contracting Office Address: USACE District, Omaha, 1616 Capitol Ave, Omaha, NE 68102-4901 Place of Performance: USACE District, Omaha 1616 Capitol Ave, Omaha NE 68102-4901 US Point of Contact(s): Tyler Hegge, tyler.hegge@usace.army.mil Melissa Harlon, Melissa.r.harlon@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-16-S-M006/listing.html)
- Place of Performance
- Address: 1616 Capitol Avenue, Omaha, Nebraska, 68102, United States
- Zip Code: 68102
- Zip Code: 68102
- Record
- SN04137828-W 20160605/160603234341-c88369b4375cfdd1321c64586f9ffb3b (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 |