Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOURCES SOUGHT

Y -- $450M Construction Multiple Award Task Order Contract (MATOC)

Notice Date
11/25/2020 7:45:23 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
PANNAD-20-P-0000-002682
 
Response Due
12/10/2020 7:00:00 AM
 
Archive Date
01/30/2021
 
Point of Contact
Nicole Brookes, Phone: 4109622935, Tamara Bonomolo
 
E-Mail Address
nicole.c.brookes@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(nicole.c.brookes@usace.army.mil, tamara.c.bonomolo@usace.army.mil)
 
Description
This is a sources sought announcement. This notice is for market research purposes only and IS NOT a request for proposal, quotation or bid. The Government will not reimburse respondents for any costs incurred in preparation of the response of this announcement. The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking sources with current relevant qualifications, experience, personnel, and capabilities for a construction multiple award task order contract (MATOC). The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from potential prime construction contractors (small and large businesses). The programmatic value of all task orders awarded under all of the indefinite delivery indefinite quantity (IDIQ) contracts is currently estimated to be $450M.� The task orders will range in size and complexity from small to large and from non-complex to highly technical throughout the Baltimore District�s Area of Responsibility (AOR) and North Atlantic Division�s (NAD) Area of Responsibility .� We anticipate a three year period of performance.� A majority of the task orders will be for end of year acquisitions. The scope of this contract will encompass Design-Build and Design-Bid-Build renovation and new construction projects. It may also include a broad variety of minor repair, modification, rehabilitation and/or alterations of existing buildings. The salient characteristics of these projects include: Vertical construction, full complement of construction disciplines to include: foundation, infrastructure, site utilities, superstructure, building systems; features of work include: interior/exterior mechanical/electrical / fire protection /HVAC/architectural finishes/ concrete/ plumbing / carpentry/ roofing. It may also include, but not be limited to: demolition, geo-technical investigation, infrastructure projects, interior fit-up, communications, security and force protection (AT/FP) projects. The Contractor shall be required to perform all work in accordance with the access and security requirements of the customer for each project. Some projects will require U.S. citizens only. Interested prime contractors should submit a narrative demonstrating their experience in task order construction type contracts of similar nature as described above. Responders should also address all of the following in their submittal: Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. Indicate if your company is currently registered with the beta.SAM.gov database.� If not, indicate if it has been registered or does it plan to register. In consideration of NAICS code 236220, with a small business size standard in dollars of $36.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested prime contractor. Provide details of similar completed contracts to include at a minimum, project references, (including owner with phone number and email address), contract number and dollar value. The Government would also like Industry feedback on the following: How many awardees would you recommend for this MATOC? Please note this MATOC will include both Large and Small Businesses. What evaluation factors would you recommend for Phase I and Phase II for the source selection criteria? Considering that most task orders will be awarded for end of year actions with short notice, what do you recommend to the Government to ensure maximum competition? Since the Government intends to use this MATOC throughout the NAD AOR, will the large area of responsibility effect contractors proposing on the MATOC?� Will it effect proposing on Task Orders if you are awarded the contract? Further, please include in your response, to the following questions: If this $450M MATOC included up to six (6) awards (3 Unrestricted and 3 Small Business Reserves) and could potential result in an estimated award amount of $75,000,000, recommend the following: ��� 1. The Small Business Participation Goals (SBPG) for the following: Small Business HUBZone Small Business Service-Disabled Veteran-Owned Small Business Small Disadvantaged Business Women-Owned Small Business Historically Black�Colleges & Universities� �� 2. ��What supporting documentation or information supports your SBPG recommendation?� ���Comments will be shared with the Government project team, but otherwise will be held in strict confidence. Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 10:00 AM Eastern Standard Time (EST) 10 December, 2020. All responses under this Sources Sought Notice must be emailed to,�Nicole Brookes at nicole.c.brookes@usace.army.mil referencing the sources sought notice number PANNAD-20-P-0000-002682. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Nicole Brookes via email � nicole.c.brookes@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7d2461bbc3f647478a85c932bbcc3b03/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05861498-F 20201127/201125230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.