Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2020 SAM #6940
SOURCES SOUGHT

Y -- Multiple Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build Construction Services for Kwajalein Atoll, Republic of the Marshall Islands

Notice Date
11/27/2020 11:44:56 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Honolulu Fort Shafter HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-21-R-0003
 
Response Due
12/18/2020 4:00:00 PM
 
Archive Date
12/18/2021
 
Point of Contact
Toney Brantley, Tracy Tenholder
 
E-Mail Address
Toney.M.Brantley@usace.army.mil, Tracy.N.Tenholder@usace.army.mil
(Toney.M.Brantley@usace.army.mil, Tracy.N.Tenholder@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Honolulu District is performing a market survey for a Multiple Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build Construction Services for Kwajalein Atoll, Republic of the Marshall Islands.� This announcement constitutes a market survey that is being conducted for planning purposes only and is aimed towards the retrieval of information to be used by the Government but does not constitute a commitment by the Government for the award of any MATOC Contract(s). To make an appropriate acquisition decision for this project, the Government may use responses to this market survey. The type of solicitation to be issued and the manner of advertisement may depend on the responses to this market survey. The requirement is for a MATOC that will allow POH to continue supporting U.S. Forces Space and Missile Defense Command (SMDC), US Army Garrison, Kwajalein Atoll (USAG-KA), and other Department of Defense (DoD) customers with contracting tools that accommodate �Design-Build (DB) and Design-Bid-Build (DBB) projects for various construction projects within the Kwajalein Atoll during Fiscal Years (FYs) 2022-2027.� Typical types of work will include new construction and restoration/and or modernization of buildings, utilities infrastructure, airfield and port facilities, shore protection, water treatment and wastewater treatment facilities, fuel storage and piping systems, fire protection, interior renovation, anti-terrorism/force protection, roadways, parking lots, sidewalks, landscaping, etc.� Projects will normally be funded by Sustainment, Restoration, and Maintenance (SRM); Research, Development, Testing and Evaluation (RDT&E); or Military Construction (MILCON) dollars.� The MATOC contract(s) will consist of a five-year base ordering period. �The total shared capacity for the contract(s) is currently anticipated not exceed $200 Million regardless the number of contracts awarded. The task orders are anticipated to range between $500,000 to $25,000,000 under each contract. Selection will be based upon evaluation factors which may include experience, past performance, and price. Respondents should also consider the isolated geographical location of this project where substantial mobilization efforts and transportation costs should be taken into consideration. Construction contracts awarded by the Army Corps of Engineers require compliance with EM 385-1-1 Safety Manual. Interested PRIME CONTRACTORS shall submit the following: (1) Your intent to submit a proposal for this project when it is formally advertised. (2) Name of firm with address, phone and point of contact.� Indicate whether or not your firm is a �U.S. firm or a foreign firm. (3) CAGE Code, DUNS number, or a copy of your Representation and Certification in SAM.gov. (4) Size of firm (small business or large business) and socioeconomic category (e.g., SDVOSB, WOSB). (5) Firm's Bonding Capacity for single contract action and total aggregate. (6) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. �This should include documentation of past specialized experience and technical competence in performing similar scope.� Submit no more than five (5) past completed projects within the past five (5) years from the date of this Sources Sought for which your firm performed.� The SOC should include design build experience and if projects were on remote Islands with highly corrosive, hot, humid, and salt laden environments. ��Provide any additional information to further substantiate the capabilities of your firm to perform the specific type of work that this MATOC involves. (7) PROJECT LABOR AGREEMENT MARKET SURVEY: (Please provide responses to the following questions) 1) Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation.� 2) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project?� If so, please elaborate and provide supporting documentation where possible. �3) Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed?� If so, please elaborate and provide supporting documentation where possible. �4) Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. �5) Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. �6) Identify any additional information you believe should be considered on the use of a PLA on the referenced project. �7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. �(ii) The information gathered in this exercise should include the following information on projects completed in the last 2-5 years: �1) Project Name and Location �2) Detailed Project Description �3) Initial Cost Estimate vs. Actual Final Cost �4) Was the project completed on time? �5) Number of craft trades present on the project �6) Was a PLA used? �7) Were there any challenges experienced during the project? Firms responding to this market survey, who fail to provide ALL the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this market survey. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine availability of potential qualified contractors before determining the acquisition method.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/56009e38bff24c9a9fce503a9e104d02/view)
 
Place of Performance
Address: MHL
Country: MHL
 
Record
SN05861774-F 20201129/201127230138 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.