Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
MODIFICATION

C -- Non-Permanent Facilities Engineering Services-World Wide

Notice Date
7/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-17-COSSATOC
 
Point of Contact
Magdalena Bernard, Phone: 5023156215
 
E-Mail Address
magdalena.bernard@usace.army.mil
(magdalena.bernard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The U.S. Army Corps of Engineers, Louisville District Contracting Division (LDCD) is seeking information regarding capability and availability of potential contractors to perform Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contracts. The proposed IDIQ is to provide engineering services utilizing UFC 1-201-01 as the basis of design to produce, update, maintain and correct designs for non-permanent facilities. The structural materials are limited to concrete, wood, masonry and steel. Contract duration is 5 years. The total capacity over the prospective five year life of the contract(s) (base year plus four option years) is not to exceed $40,000,000. NAICS code is 541330. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 02 August 2017 by 1:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Entity Identifier and CAGE Code(s). 3. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Offeror must demonstrate an ability to concurrently manage multiple projects, at various locations. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Small facilities designed to UFC 1-201-01 for both the Exterior and Interior. For the Exterior Design please provide a separate project for each exterior structure below: -Wood Structure -Concrete Structure -Steel Structure b. Projects similar in size to this project include: The minimum will be 324 sq. feet and the maximum is 23,000 sq. ft per floor and limited to two story. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and the design contract. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 4. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Magdalena Bernard at magdalena.bernard@usace.army.mil. If you have questions please contact Magdalena Bernard at magdalena.bernard@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-17-COSSATOC/listing.html)
 
Record
SN04587796-W 20170722/170720234737-c4064f2fc19873cdcacfac1369336e5a (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  © 1994-2020, Loren Data Corp.