Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2017 FBO #5789
SOURCES SOUGHT

Z -- Job Order Contract (JOC) US Army Corps of Engineers, Little Rock, AR District

Notice Date
9/27/2017
 
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, Little Rock, Attn: CESWL-CT, PO Box 867, Little Rock, Arkansas, 72203-0867, United States
 
ZIP Code
72203-0867
 
Solicitation Number
W9127S18R0003
 
Point of Contact
Melissa K. Lynn, Phone: 4694877066, Jonathan J. Sawrie, Phone: 5013401045
 
E-Mail Address
melissa.k.lynn@usace.army.mil, jonathan.j.sawrie@usace.army.mil
(melissa.k.lynn@usace.army.mil, jonathan.j.sawrie@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION ONLY: THIS SYNOPSIS IS ONLY A NOTIFICATION THAT A SOLICIATION IS ANTICIPATED AND FORTHCOMING. This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Little Rock, AR District has been tasked to solicit for and award a Job Order Contract (JOC) to support the Little Rock District area of responsibility. Proposed project will be a competitive, firm-fixed price, indefinite-delivery, indefinite-quantity (IDIQ)/JOC contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. The type of set-aside decision(s) to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing multiple task orders at one time, for the minor repair, renovation, alteration and/or construction of real property facilities to include buildings of various size, type and age, and various recreation facilities/structures. Work could include (but not limited to) the repair and replacement of mechanical, electrical or fire protection and detection systems; concrete; asphalt; repairs related to building renovation or demolition, interior remodeling work including carpentry, painting, floor and wall covering; repair or replacement of infrastructure systems; correction of drainage systems; repair or upgrade of structural problems; repair or replacement of roofing, siding, windows, doors or other miscellaneous architectural elements; asbestos removal for disposal, etc. Work will be in support of civil and military projects located within the boundaries of the Little Rock, Arkansas District, U.S. Army Corps of Engineers. The contract period of performance is for a one year base period and two one year option periods. The total contract capacity will not exceed $24M. The estimated minimum size of a task order is $15,000. The estimated maximum size of a task order is $2,000,000 with the average size task order of $150,000. Firms must have ability to perform up to 10 task order(s) simultaneously. Minimum capabilities required include $24M bonding capability. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5M. The Product Service Code is Z1AZ. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation will be issued on Federal Business Opportunities www.fbo.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm'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 bidding on the solicitation when it is issued. 3. Firm's capability to perform the magnitude and complexity outlined in the Description of Work above (include firm's capability to execute construction- comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 27 October 2017. All interested firms must be registered in SAM to be eligible for award of Government contracts. Please email your response to Ms. Melissa Lynn, melissa.k.lynn@usace.army.mil and Mr. Jonathan Sawrie, jonathan.j.sawrie@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S18R0003/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, 700 West Capitol, Little Rock, Arkansas, 72201, United States
Zip Code: 72201
 
Record
SN04696099-W 20170929/170927231528-6b8b6d18f4704635264a4dff1140e4f6 (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.