SOURCES SOUGHT
Y -- U.S. Army Corps of Engineers $49M SATOCC for District of Columbia, National Mall Area - (Draft)
- Notice Date
- 3/16/2017
- 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, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-17-S-0008
- Archive Date
- 4/15/2017
- Point of Contact
- Wendy Denton Arsenault, Phone: 4436547021
- E-Mail Address
-
wendy.d.arsenault@usace.army.mil
(wendy.d.arsenault@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DCSATOCC Sources Sought Matrix Responses are due no later than 3:00 p.m. Eastern Standard Time (EST) March 31, 2017. This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from small business construction contractors concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Responses are to be sent via email to wendy.d.arsenault@usace.army.mil no later than 3:00 p.m. EST March 31, 2017. Project Description: The Government contemplates a $49M Single Award Task Order Construction Contract (SATOCC) to be used to renovate and upgrade facilities in the District of Columbia, National Mall area, Washington, DC. It will be a Firm Fixed Priced single award. Work performed will be within the North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction. The scope of this contract will encompass a broad variety of major and minor repair, modification, rehabilitation, alterations, design-build, design-bid-build and new construction projects. It may also include, but not be limited to: demolition; geo-technical investigation; infrastructure; exterior upgrades and repairs; interior fit-ups; heating ventilating and air conditioning (HVAC) upgrades and repairs; electrical upgrades and repairs; supervisory control and data acquisition (SCADA) systems; communication systems; security systems; and force protection (AT/FP). It is anticipated that this will be an R.S. Means based SATOCC. This contract requires the firm to possess, at the time of proposal and the time of award, an active Top-Secret Facility Site Clearance. This requirement is mandatory for the exact entity submitting the proposal. This means that the entity identified in block 14 of the Standard Form 1442 must have the Top Secret Facility Site Clearance in that name along with the matching Cage Code. For example, if Company A and Company B form a Joint Venture called Company AB, then Company AB must have an active Top Secret Facility Site Clearance. Even if both Company A and Company Beach individually possess the clearance, unless Company AB possesses its own Top Secret Facility Site Clearance, the proposal will not be eligible for award. Interested small businesses should submit a narrative demonstrating their experience in task order construction contracts of similar nature as described above. The Government would also like Industry feedback into the following: 1. The Government is trying to determine at what level to set the bonding requirements at both the single and aggregate levels. What is your opinion on this? The following is the historic per year usage of task orders. • One to three "small" task orders under $1M per year each having 12-18-month duration. • One to three "medium" task orders between $1M and $3M per year each having duration 18-24-month duration. • One "large" task order over $3M having 24-30-month duration. "Large" task orders have been as high at $8M. Type of Business: Small Business, Woman-Owned Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, 8(a). 1. Bonding capability: Single and Aggregate. 2. Experience with Task Order Construction Contracts (TOCC) and TOCC "like" contracts. 3. Do you possess a Top-Secret Facility Site Clearance? Narratives shall be no longer than five (5) pages. Email responses are required and should be submitted to Ms. Wendy Arsenault via wendy.d.arsenault@usace.army.mil. Comments may be in any format, but must include submitter's name, phone number, and email address. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. PLEASE NOTE: AT THIS TIME, WE ARE ONLY INTERESTED IN RESPONSES FROM POTENTIAL PRIME CONTRACTORS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-S-0008/listing.html)
- Place of Performance
- Address: District of Columbia, National Mall Area, Washington, District of Columbia, United States
- Record
- SN04437874-W 20170318/170316235030-20821aa71fb3d5db22cb35eb60fbcb9e (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 |