SOURCES SOUGHT
Z -- Small Project MATOC
- Notice Date
- 10/12/2016
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N-17-R-0013
- Archive Date
- 12/3/2016
- Point of Contact
- Thomas J. Cohick, Phone: 5038084615
- E-Mail Address
-
thomas.j.cohick@usace.army.mil
(thomas.j.cohick@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to identify interest in a two-phase DESIGN-BUILD Multiple Award Task Order Contract (MATOC) for use within the District's Area of Responsibility. Task orders issued under the proposed multiple award contract(s) will be performed at various locations throughout the Portland District. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small business (SDVOSB) are highly encouraged to respond. 3. Minimum Technically Acceptable Contractor Expertise Criteria: The Contractor must demonstrate through references, project lists, or reports, they possess experience as it relates to this project. Two projects maximum will be accepted for review. Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors. North American Industrial Classification Code (NAICS): 237990, Other Heavy and Civil Engineering Construction The size standard: $36.5M Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil. Project Description. The purpose of this indefinite delivery, indefinite quantity (IDIQ) MATOC is to provide real property repair and maintenance, environmental work, incidental services, force protection work, and construction services to include new construction and renovation in the areas identified below. Use of the MATOC provides a construction product delivery method that can accommodate quick and straight-forward projects, as well as some small but complex projects, and can help minimize design effort and related overhead expenditures, as well as handle compressed schedules. Task Order value is expected to primarily be below the Simplified Acquisition Threshold, $150,000, but the Government reserves the right to issue task orders greater than this. Task orders will primarily address general construction and renovation; dams, roads and pavement construction and repair; and general environmental work including, but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remediation work. Project work will generally be Design-Build projects for various construction type projects, but may include projects in which the Government provides a full design. Task Order projects may be non-complex performance oriented tasks requiring minimal design, or they may be complex construction requiring design development for design-build construction, or a combination thereof. Projects will vary in size and complexity. The Task Order RFP may or may not have traditional plans and specifications or may include sketches and other submittals. 4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127N-17-R-0013 Small Projects MATOC. Please send to Thomas J. Cohick, Contract Specialist, at thomas.j.cohick@usace.army.mil by 2:00 pm Pacific Standard Time Friday, November 18, 2016. All responses must be received by the specified time and due date to be considered. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. A Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. b. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). c. Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. d. Provide a maximum of two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. Projects considered similar in scope to this project include general construction and renovation; dams, roads and pavement construction and repair; and general environmental work including, but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remediation work. The Government may verify information in CPARS or PPIRS. 5. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-17-R-0013/listing.html)
- Place of Performance
- Address: Throughout the Portland District (primarily to be used in Oregon and Washington), Portland, Oregon, 97201, United States
- Zip Code: 97201
- Zip Code: 97201
- Record
- SN04302656-W 20161014/161012235028-8aa8c6fdcc269f8cd22126bfb3c0a959 (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 |