Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOURCES SOUGHT

99 -- SOURCES SOUGHT SYNOPSIS FOR UNITED STATES COAST GUARD (USCG) DISASTER RECONSTITUTION MULTIPLE AWARD CONSTRUCTION CONTRACT

Notice Date
4/22/2021 6:57:56 AM
 
Notice Type
Sources Sought
 
NAICS
23 —
 
Contracting Office
FDCC DET SEATTLE(00050) SEATTLE WA 98174 USA
 
ZIP Code
98174
 
Solicitation Number
70Z05020RDRMACC00
 
Response Due
1/20/2020 8:00:00 AM
 
Archive Date
07/20/2021
 
Point of Contact
Mark Snell, Phone: (206) 220-7413, Gabriel D. Perez, Phone: (206) 220-7424
 
E-Mail Address
mark.w.snell@uscg.mil, gabriel.d.perez@uscg.mil
(mark.w.snell@uscg.mil, gabriel.d.perez@uscg.mil)
 
Description
SOURCES SOUGHT SYNOPSIS FOR UNITED STATES COAST GUARD (USCG) DISASTER RECONSTITUTION MULTIPLE AWARD CONSTRUCTION CONTRACT. NOTICE DATE:�������� 11/21/19 NOTICE TYPE:�������� SOURCES SOUGHT NAICS:���������������������� 236115, 236116, 236118, 236210, 236220, 237110, 237120, 237310, 237990 (see https://www.census.gov/eos/www/naics/ for descriptions) CONTRACTING������� UNITED STATES COAST GUARD, FACILITIES DESIGN & OFFICE:�������������������� CONSTRUCTION CENTER DETACHMENT SEATTLE, 915 2nd Ave., Room 2664, SEATTLE, WA ZIP CODE:���������������� 98174 SOLICITATION:������� USCG DISASTER RECONSTITUTION MULTIPLE AWARD CONSTRUCTION CONTRACT RESPONSE DUE:����� 1/20/20 ARCHIVE DATE:����� 3/20/20 POINT OF CONTACT:�������� MARK W. SNELL, (206) 220-7413, mark.w.snell@uscg.mil� DESCRIPTION: SOURCES SOUGHT SYNOPSIS FOR DISASTER RECONSTITUTION MULTIPLE AWARD CONSTRUCTION CONTRACT (DRMACC).� THIS IS NOT A REQUEST FOR PROPOSALS.� THIS IS A MARKET RESEARCH TOOL BEING USED TO IDENTIFY POTENTIAL SMALL BUSINESS (INCLUDING SMALL DISADVANTAGES BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE DISABLE VETERAN OWNED SMALL BUSINESSES, HUBZONES) AND LARGE BUSINESS FIRMS CAPABLE OF PERFORMING THESE CONTRACTS IN ANY OF THE 50 UNITED STATES AND IT�S TERRITORIES. THE DRMACC WILL BE AWARDED AND ADMINISTERED BY THE USCG. THE PRICE RANGE FOR THE DRMACC TASK ORDERS IS ANTICIPATED TO START AT $3 MILLION WITH NO UPPER LIMIT PER ORDER WITH AN ESTIMATED AGGREGATE CAPACITY ACROSS ALL CONTRACTS OF $1 BILLION to $1.5 BILLION. �CONTRACTS ARE ESTIMATED TO BE FIVE TO SEVEN YEARS. THE FOLLOWING IS THE GENERAL SCOPE FOR THE SOLICITATION: The Contractor will perform design/build, performance-based construction, design-bid-build contracts for general construction, renovations, marine construction, demolition, and historical restoration and alterations for the USCG in any of the 50 United States, Puerto Rico, Guam, and the U.S. Virgin Islands. ��A wide variety of types of facilities are involved, similar to but not limited to, housing, dining halls, office and classroom buildings, multi-mission station buildings, offshore structures, electronics and research buildings, aviation and fuel facilities, utilities distribution systems, hospitals and medical complexes, recreations and morale facilities, hangars, roads, waterfront and harbor structures, and vessel shore ties� ��All orders will be solicited on a competitive basis among the firms, except in the limited instances an exception to fair opportunity identified in FAR 16.5 is approved. It is anticipated that DRMACC awards may include large businesses. The USCG may also contemplate establishing a small business reserve.� The USCG anticipates awarding an approximate range of 5 to 10 contracts.� The scope of work will include design-build construction, performance-based construction, design-bid-build for general construction, marine construction, demolition, and historical restoration, and other types of construction, as applicable. It is anticipated that contractors will need to demonstrate capabilities related to major shore facility construction and reconstitution following disasters. The scope of work is not anticipated to be limited disaster reconstitution and resilience construction, but may be inclusive of all USCG major shore construction (similar to MILCON). THE FOLLOWING INFORMATION IS TO BE E-MAILED TO BOTH OF THE BELOW POINTS-OF-CONTACT: mark.w.snell@uscg.mil; gabriel.d.perez@uscg.mil Please note the submission should not exceed three pages. 1) FIRM NAME AND DUNS or UNIQUE ENTITY IDENTIFIER (SAM) NUMBER. 2) FIRM ADDRESS. 3) FIRM POINT-OF-CONTACT INFORMATION. 4) FIRM�S BUSINESS SIZE. 5) TYPE OF BUSINESS (E.G. SMALL BUSINESS, LARGE BUSINESS, 8(A) FIRM, SMALL DISADVANTAGED BUSINESS, WOMAN-OWNED BUSINESS, SMALL DISADVANTAGED VETERAN-OWNED SMALL BUSINESS) 6) FIRM�S BONDING CAPACITY. 7) TYPES OF CONSTRUCTION YOUR FIRM PERFORMS AND LOCATIONS PERFORMED (USE NAICS CODES; SPECIFY IF DESIGN/BUILD OR DESIGN/BID/BUILD).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/33e6c8d6d55c45c99c60cf69630868d4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05981125-F 20210424/210422230119 (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.