Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2023 SAM #7901
SOURCES SOUGHT

Y -- Civil Works MATOC

Notice Date
7/14/2023 12:50:15 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
w912bv24r00sb
 
Response Due
7/26/2023 12:00:00 PM
 
Archive Date
08/10/2023
 
Point of Contact
Shawn Brady, Phone: 9186694984, Dario Rissone, Phone: 7756697109
 
E-Mail Address
shawn.brady@usace.army.mil, dario.m.rissone@usace.army.mil
(shawn.brady@usace.army.mil, dario.m.rissone@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS For Civil Works MATOC, Tulsa District This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a Multiple Award Task Order Contract (MATOC) for Civil Works (Horizontal Construction) Projects. The proposed project will be a competitive, firm fixed price, indefinite-delivery indefinite-quantity contract procured in accordance with FAR 15, Negotiated Procurement using the Trade-off Process. 1.1�� SCOPE OF WORK The scope of this acquisition includes a wide range of Design-Bid-Build (DBB) civil engineering, structural engineering, new utilities and relocation of existing utilities, and heavy construction activities. The MATOC contracts are intended for maintenance, repair, and rehabilitation of roads and other paved surfaces, small inhabitable structures, revetment and shoreline protection, small concrete outlet works and control structures, foundation drainage systems, and other ancillary features that support flood control and navigation infrastructures. Disciplines and related work requirements may include, but are not limited to: (1) Civil Engineering, Construction, and Related Activities � Construction surveying, grading and earthwork, dredging, toe drains, surface and subsurface storm drainage and control structures, storm water management, erosion and sediment control, shoreline protection, clearing and grubbing, paving and surfacing for roads, parking areas, and sidewalks, parking layout, pavement markings, traffic control and signage, gates and fencing, curbs and gutters, railroads, dewatering, landscaping, seeding, sprigging, and sodding, riprap and stone protection, retaining walls, buried structures, slope stabilization, foundations, borings, trenching, berms and utility relocation; (2) Structural Engineering, Construction, and Related Activities - Rehabilitation or replacement of concrete structures associated with flood control or navigation infrastructures; and (3) Utilities - Sanitary sewers, lighting, and installation or relocation of other utilities as required for road repair and rebuilding or other site work. This requirement will be for a pool of up to five (5) MATOCs for a five (5) year contract (three (3) year base plus two (2) option years). The Government is under no obligation to issue any Task Orders in excess of the minimum contract obligation of $3,000.00. The shared sum of all Task Orders among the MATOCs (total contract capacity) shall not exceed the estimated amount of $99,000,000.00. The contracts are not only intended to execute new construction, but may require a timely response for remediation, repairs, or alteration to existing assets as described above. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction type procurement. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $25 than $100M The North American Industry Classification System code for this procurement is 237990 - Other Heavy and Civil Engineering Construction, $45M Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis.� However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about March 2024 and the estimated proposal due date will be on or about June 2024.� The official synopsis citing the solicitation number will be issued on sam.gov inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction- comparable work performed within the past 5 years): ����������� Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 26 July 2023.� All interested firms must be registered in SAM to be eligible for award of Government contracts.� Email your response to shawn.brady@usace.army.mil.� U.S. Army Corps of Engineers, Tulsa District Attention: Shawn Brady 2488 E. 81st Street Tulsa, Oklahoma 74137-4290
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/558b0d43a3cd4900b58089f4c57d21d4/view)
 
Record
SN06749949-F 20230716/230714230046 (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.