Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2023 SAM #7739
SOURCES SOUGHT

99 -- ERCIP Construction MATOCs

Notice Date
2/2/2023 11:46:12 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR23-ERCIPConstructionMATOCs
 
Response Due
2/13/2023 11:00:00 AM
 
Point of Contact
Alexa Dukes
 
E-Mail Address
alexa.l.dukes@usace.army.mil
(alexa.l.dukes@usace.army.mil)
 
Description
This is a SOURCES SOUGHT NOTICE. No proposals are being requested or accepted with this notice. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Small Businesses, 8(a), HUBZone, and Service Disabled Veteran Owned Small Businesses. The U.S. Army Corps of Engineers, Louisville District is seeking information regarding capability and availability of potential contractors to perform Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contracts for mechanical, electrical, and civil repair/construction, in support of the Energy Resilience and Energy Conservation Investment Program (ERCIP). This notice is to support two Multiple Award Task Order Contracts as follows: Eastern United States: The Eastern United States area consists of the states of Alabama, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Kentucky, Maine, Maryland, Massachusetts, Michigan, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Tennessee, Vermont, Virginia, West Virginia, and Wisconsin. This region will also encompass Puerto Rico. Western United States: The Western United States area consists of the states of Alaska, Arizona, Arkansas, California, Colorado, Hawaii, Idaho, Iowa, Kansas, Louisiana, Minnesota, Missouri, Montana, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, Oregon, South Dakota, Texas, Utah, Washington, and Wyoming. Construction task orders awarded under these MATOCs are intended to provide effective, reliable, and cost effective construction and renovation in support of the ERCIP program, relating, but not limited, to mechanical, electrical, and civil work including electrical infrastructure, microgrid construction, and water conservation and/or resilience projects (e.g. elevated storage tanks, non-potable well water irrigation, water purification systems, smart water grids, and waterline replacement projects). Scopes of work for each task order will vary from site to site including demolition, new construction and renovation work. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 237130, Power and Communication Line and Related Structures Construction. The Small Business Size Standard is $45 Million. Offerors are requested to respond to this Sources Sought Notice with the following information which shall not exceed ten pages: Electrical Projects considered similar in scope include construction of new electrical substations that include infrastructure utilities, fuel piping, and conduit and wire. Water projects considered similar in scope include construction projects primarily consisting of elevated storage tanks, repurposing non-potable well water for irrigation, construction of potable water purification system, construction of smart water grids, and/or waterline replacement projects. Electric Projects considered similar in size are meet the following requirements: 25 MW Medium Voltage(MV) generation system Between 2.4 KV� and 69 KV Step-up/Step-Down Capability between 1 MV to 480V Water projects considered similar in size are a minimum of $3,000,000 in total contract value. The price range for each project is anticipated to be between $10,000,000 and $75,000,000. The total capacity over the prospective ten year life of the contract(s) is not to exceed $1,000,000,000 each. 1. Respondent�s name, addresses, points of contact, telephone numbers, and e-mail addresses. � 2. If the MATOC boundary requires performance anywhere within the designated Eastern Region, how would that impact your decision to propose and/or your ability to perform on the Eastern MATOC? � 3. If the MATOC boundary requires performance anywhere within the designated Western Region, how would that impact your decision to propose and/or your ability to perform on the Western MATOC? � 4. If the Louisville District established two regionally based contracts for the Eastern Region (divided the performance area into 2 smaller geographic regions), would that change your ability to participate compared to performance under a MATOC within the entire area designated as the Northeast Region? 5. If the Louisville District established two regionally based contracts for the Eastern Region (divided the performance area into 2 smaller geographic regions), would that change your ability to participate compared to performance under a MATOC within the entire area designated as the Northeast Region? 6. Respondent�s capability to perform, to include geographic reach, logistic capabilities, and project size the Offeror can handle. Offerors should also include capability to execute full design and designer of record responsibilities on design build repair/construction projects, or address relationships with design firm that can perform full design services. 7. Respondent�s business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses, Women-Owned Small and Large Business Concerns. For 8(a) Contractors, please include anticipated graduation date from the 8(a) Program. 8. Respondent�s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 9. No more than five (5) construction projects that have been completed, or are at least 95% complete, within the past seven (7) years, as of the date of this notice, that demonstrate the Offeror's capability to perform the type of work described above. Offeror must demonstrate that they have performed at least 15% of the cost of the contract not including the cost of materials. At least one project shall be a design build project. At least one project shall be a water resilience and/or conservation project. Offerors must demonstrate an ability to concurrently manage multiple projects, at various locations. 10. Project information is not to exceed 1 page per project and should include title, location, general description of the project, type of project (design-build or design-bid-build), Offeror's role (i.e., prime, sub, etc.), dollar value of the project, AE Consultant (for design -build project) , percentage of work self-performed, performance evaluation rating and name of the entity, company, or Government entity for which the work was performed with a reference's contact information to include name, phone number and email address. 11. Identify whether each project involved coordination with a utility provider. If coordination was involved, provide a brief description of utility provider coordination that occurred as a part of the project. 12. Offeror must submit a supporting performance evaluation for each project submitted (e.g. Past Performance Questionnaire, CPARS Evaluation, etc.). Performance evaluations will not count against the total page count. Interested Offerors shall respond to this Sources Sought Synopsis no later 06 February 2023 by 02:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Alexa Dukes, Contract Specialist at: Alexa.L.Dukes@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/db5d2702cec54f1797ddcb148e8e2a08/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06581508-F 20230204/230202230118 (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.