Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
SOURCES SOUGHT

Y -- W9127824R0132 Sources Sought - IDIQ/SATOC for Gulf Coast

Notice Date
9/20/2024 9:33:33 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127824R0132
 
Response Due
10/11/2024 12:00:00 PM
 
Archive Date
10/26/2024
 
Point of Contact
MAJ Rocky Harkless, Stephanie M. Scalise
 
E-Mail Address
rocky.a.harkless@usace.army.mil, Stephanie.m.scalise@usace.army.mil
(rocky.a.harkless@usace.army.mil, Stephanie.m.scalise@usace.army.mil)
 
Description
Market Research and Sources Sought Notice for information on capability and availability of contractors to perform general repairs and new construction requirements for USACE customer of the Mobile District Construction Division Gulf Coast Office.� The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at the Mobile District Construction Division Gulf Coast Office. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the Government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, anticipates a future procurement to design and construct various types of facilities in support of its Military and Interagency construction programs to services the Gulf Coast Area Office, and intends to solicit and award an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) with a $49M ceiling. Construction under the SATOC could include all types of Armed Services, Army, Air Force, and interagency Partners facilities for medical, administration, vehicle maintenance, training, flightline, dormitory, access control, repair shops, and warehouses. Task Orders under the SATOC will be advertised as both Design-Bid-Build and Design-Build projects. The cost of construction of individual projects are generally anticipated to be in the range of $5M to $20M. Proposed construction would be over several program years starting in Fiscal Year 2025 with project specific durations in the range of 365 to 750 calendar days. Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $45M. Responses should include the following information and shall not exceed a total of ten (10) pages: 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity. 4. Description of capability to perform the proposed construction within this region, manage sub-contractors, prepare and comply with various environmental and construction permits and capability to successfully execute projects with other ongoing construction contracts. 5. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: Contract Specialist: rocky.a.harkless@usace.army.mil and Contracting Officer: stephanie.m.scalise@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than October 11, 2024. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c2877af5cfa242e0a0c62f83371dcdf0/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN07219936-F 20240922/240920230120 (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.