Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
MODIFICATION

Z -- National Roofing Program (NRP) Design/Build Construction Services MATOC Contract

Notice Date
4/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
238160 — Roofing Contractors
 
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-18-ARNATIONALROOFINGPROGRAM
 
Archive Date
5/8/2018
 
Point of Contact
Monique Jordan, Phone: 5023156207
 
E-Mail Address
monique.e.jordan@usace.army.mil
(monique.e.jordan@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This solicitation is for a Two Phase Best Value Determination Design/Build Construction Services contract for the Louisville District, USACE Multiple Award Task Order Contract (MATOC) for building envelope and roof repair and replacement design/build construction services in support of the Louisville District missions for the U.S. Army Reserves NRP, Army IMCOM, Air Force and Air Force Reserves throughout the United States and U.S. Territories (Per Task Order Requirements). The intent is to issue one (1) solicitation and award up to ten (10) Multiple Award Task Order Contracts (MATOCs). Each contract shall consist of a three (3) year base period and one (1) two-year (2-year) option period. Individual construction task orders may also have a requirement for professional design services. Contract duration is estimated at 1,825 calendar days (5 years). The estimated cost range is $200 Million. NAICS code is 238160. 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 23 April 2018 by 1:00 PM Eastern Standard Time. Estimated Advertisement date: November 2018 Estimated Award date: July 2019 Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - ***Interested construction firms must provide a maximum of fifteen (15) 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. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Roof replacement projects on industrial, commercial, or Federal facilities which required installation of Built-up, BUR, Modified Bitumen. Single-Ply, EPDM, Polyvinylchloride and/or Standing Seam Metal systems by certified applicators with a minimum of a 20-year No-Dollar Limit System warranty. In order to count as qualifying experience, work must have been 75% self-performed by Contractors who were members of the National Roofing Contractors Association (NRCA), members of other roofing professional organization or roofing trade organizations for a minimum of 5 years. Thermoplastic Olefin (TPO) systems shall not qualify as acceptable similar project experience. b. Projects similar in size to this project include: Over 8000 SF c. Demonstrate capacity to perform multiple task orders simultaneously spread across a wide geographic area (i.e. demonstrate capacity to deploy multiple personnel to perform services simultaneously.): Demonstrate completing roof replacement projects in at least 7 different states or U.S. territories over the past five years. Also demonstrate completing at least three roof replacements projects during the same timeframe over the past five years. d. Based on the information above, for each project submitted, include: 1. Provide a maximum of 15 projects. 2. Current percentage of construction complete and the date when it was or will be completed. 3. Scope of the project. 4. Size of the project. 5. Location of project. 6. The dollar value of the construction contract and whether it was design-bid build or design-build. 7. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 8. Identify the number of subcontractors by construction trade utilized for each project. 9. Whether or not the work was performed by a Contractor who was a member of the National Roofing Contractors Association (NRCA), member of other roofing professional organization or roofing trade organizations for a minimum of 5 years 5. 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 monique.e.jordan@usace.army.mil. If you have questions please contact Monique Jordan at 502.315.6207. 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 t
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-18-ARNATIONALROOFINGPROGRAM/listing.html)
 
Place of Performance
Address: Throughout the United States and U.S. Territories (Per Task Order Requirements), United States
 
Record
SN04888983-W 20180415/180413230716-cf3d011322d658f28ea0abbdddcf2e33 (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.