SOURCES SOUGHT
Y -- Baltimore District - Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multifple Award Task Order Contract (MATOC) for Construction Services
- Notice Date
- 11/9/2016
- 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, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-17-N-0004
- Archive Date
- 12/8/2016
- Point of Contact
- Sierra S. Marshall, Phone: 4109626037
- E-Mail Address
-
sierra.s.marshall@usace.army.mil
(sierra.s.marshall@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. RESPONSE DATE: November 23, 2016, 1:00 p.m. EST NAICS: 236220 POINT OF CONTACT: Sierra.S.Marshall@usace.army.mil The U.S. Army Corps of Engineers, Baltimore District is issuing this sources sought notice as a means of preliminary acquisition planning and conducting market research to identify parties having an interest in and the resources to support this requirement. The result of this market research will contribute to determining the method of procurement. No proposals are being requested and none will be accepted in response to this synopsis. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 236220. Project Description: This Government is seeking market information in order to solicit and award a Multiple Award Task Order Contract (MATOC) for Construction Services to up to five (5) Service Disabled Veteran Owned Small Business (SDVOSB) and/or HUBZone firms in the Baltimore District area of responsibility. The Baltimore District region includes the states of New York, New Jersey, Pennsylvania, Delaware, Maryland, Virginia, West Virginia, and the District of Columbia. The Government proposes to issue firm fixed price type Indefinite Delivery Indefinite Quantity (IDIQ) contracts for this requirement. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this Market Research and Sources Sought Notice is to determine if there are adequate SDVOSB and/or HUBZone contractors within the Baltimore District region to provide adequate competition to compete and perform multiple medium to large design-build and design-bid-build construction projects. The work for this MATOC will be primarily military construction and civil works projects affording the District flexibility on project types that could be handled with relative ease. The task orders will range in size and complexity from medium to large and from non-complex to non-technically complex. Work under this contract is expected to include, but is not limited to: site clearing, earthwork, site drainage and utilities, roads and walks, cast in place concrete, brick masonry, block and tile masonry, building renovation, new construction, asbestos abatement, lead paint removal, structural steel, steel joists and decking, rough carpentry, finish carpentry, built in cabinetry and furniture, roofing and siding, sheet-metal work, doors, windows and glazing, window coverings, entrances and store fronts, lath and plaster, drywall, painting and wall coverings, floor tile and carpeting, a variety of mechanical/electrical work, fire extinguishing systems, fire alarm systems, intrusion detection systems, heating and air conditioning, ventilating equipment and systems, ducts and controls, boxes and wiring devices, starters, breaker panels, switching devices and transformers, lighting, primary and secondary power systems, highly specialized, extensive equipment systems, facilities construction, facilities alteration and repairs, and facilities maintenance services of significant importance. Also stream bank and shoreline stabilization/protection, ecosystem/habitat restoration and flood damage reduction and activities related to flood control and water diversion projects. These MATOCs may be used to acquire time-sensitive disaster or emergency assistance construction activities related to flood control and water diversion projects, including but not limited to stream bank and shoreline stabilization/protection, ecosystem/habitat restoration and flood damage reduction within the Baltimore District's territory. The geographic area for this contract is to be limited to the Baltimore District region. The MATOC contract has an anticipated period of performance of five (5) years. The estimated total contract capacity will not exceed a shared $49.5 million. Task Orders will be negotiated to obtain a fair and reasonable price. Task Orders may range from $50,000 to $3,000,000 per project. The Contractor shall be required to perform all work in accordance with the access and security requirements of the customer for each project. Some projects will require U.S. citizens only. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in task order construction type contracts of similar nature as described above. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Not all technical evaluation factors and sub-factors have been established at this time. Past Performance will be evaluated and Prior experience with construction of ranges of similar scope will be required. Offeror's response to this synopsis shall be limited to 5 pages and shall include the following information: 1) Firm's name, address, point of contact, phone number, and e-mail address 2) Firm's interest in providing a proposal in response to the solicitation when it is issued 3) Firm's capability to perform a contract of this magnitude and complexity (include firm's in-house capability to execute design-build and design-bid-build construction, comparable work performed within the past 5 years, brief description of the project, customer name, timeliness of performance, customer satisfaction, percentage of completion, and dollar value of the project). 3) How would industry like to see us select the awardees? What are your ideas on the pricing mechanism? The evaluation criteria? Provide at least three examples of the following: 1) Firm's type of business and business size; 2) Firm's Joint Venture information, if applicable, existing and potential; 3) Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 1:00 p.m. eastern standard time November 23, 2016. All responses under this Sources Sought Notice must be emailed to Contract Specialist, Sierra Marshall - sierra.s.marshall@usace.army.mil referencing notice number W912DR-17-N-0004. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Sierra Marshall via email - sierra.s.marshall@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-N-0004/listing.html)
- Place of Performance
- Address: USACE - Baltimore District, 10 South Howard Street, Baltimore, Maryland, 21021, United States
- Zip Code: 21021
- Zip Code: 21021
- Record
- SN04325078-W 20161111/161109234954-41376a35f9532cac63f90d5d9068590d (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 |