Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2017 FBO #5549
SOURCES SOUGHT

Y -- SATOC for 8(a) Competitive Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract for Multi-Disciplinary Maintenance, Repair, Minor Construction and Incidental Design Work on Real Property for YTC, WA, Idaho, Montana and Oregon States.

Notice Date
1/30/2017
 
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-17-R-0021A
 
Archive Date
2/28/2017
 
Point of Contact
Shelia Welsh, Phone: 253-967-4823, Elke Neal, Phone: 253-966-4359
 
E-Mail Address
shelia.a.welsh@usace.army.mil, elke.h.neal@usace.army.mil
(shelia.a.welsh@usace.army.mil, elke.h.neal@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
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 Competitive 8(a) Single Award Task Order Contract (SATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract for Multi-Disciplinary Maintenance, Repair, Minor Construction and Incidental Design Work for Idaho, Montana, Oregon and Washington State. 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 pre-solicitation 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 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 $25,000,000. 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 Yakima Training Center in Yakima. The Contractor is required to maintain a local management office in Washington State within 1 hour of Yakima Training Center (YTC), WA, 98901. This expected construction contract will be competitively solicited and procured in accordance with Federal Acquisition Regulation (FAR) Part 15. 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 miscellaneous maintenance, repair, minor construction and incidental design work for projects located in Washington, Oregon, Idaho and/or Montana (include specific experience with projects performed at DOD installations, 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 Monday, February 10, 2017. Please forward responses to the attention of Shelia Welsh, Contract Specialist, by e-mail to shelia.a.welsh@usace.army.mil and/or elke.h.neal@usace.army.mil. (NOTE: INQUIRIES REGARDING THIS SOURCES SOUGHT, WILL ONLY BE ACCEPTED VIA EMAIL TO THE POC'S NOTED BELOW. PLEASE INDICATE IN SUBJECT LINE THE RFP NUMBER WHEN SENDING AN EMAIL. AT NOT TIME WILL PHONE CALLS BE ACCEPTED. INTERESTED PARTIES WILL NOT BE AUTHORIZED TO CONTACT THE CUSTOMER AT ANY TIME DURING THE SOLICIATION OF THIS PROJECT)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-17-R-0021A/listing.html)
 
Place of Performance
Address: North 4th and Pendleton, Bldg 2015, 3rd Floor, JBLM, Washington, 98433, United States
Zip Code: 98433
 
Record
SN04384630-W 20170201/170130234010-563c42ce0de220a87b66e6681b24c734 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.