The RFP Database
New business relationships start here

$90M D-B and D-B-B Construction IDIQ MATOC


Washington, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATIONS, OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.

The U.S. Army Corps of Engineers (USACE), Seattle District, requests letters of interest from qualified prime contractors interested in performing work on the potential $90,000,000.00 ($90M) Multiple Award Task Order Contract (MATOC) for Construction Services in the USACE Northwestern Division area of responsibility.


By way of this Market Survey/Sources Sought Notice, the USACE Seattle District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this Notice will also be used to help determine whether a small business or socio-economic set-aside will be applied to this potential procurement. This Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. Responses to this sources sought announcement may be used by the Government to make appropriate acquisition decisions.


PROJECT DESCRIPTION:


The USACE Seattle District intends to award a MATOC to no more than five (5) contractors. The solicitation will be a Firm Fixed-Price Indefinite Delivery / Indefinite Quantity Contract (IDIQ) for Design-Build (DB) or Design-Bid-Build (DBB) projects for the Northwestern Division. The aggregate not-to-exceed amount for this IDIQ contract is $90M and this contract capacity will be shared amongst the MATOC contractors. A three (3) year base, plus two (2), one (1) year option periods are anticipated.


The estimated project size for Task Orders under this MATOC would be between $250,000 and $15,000,000. The average expected duration of projects is between 6 months to 2 years. Based on previous similar contracts, the occurrence of Task Orders may be frequent, especially in emergency situations, and during the 3rd and 4th quarters of the fiscal year.


Design must be accomplished by qualified, experienced, professional A-E multi-discipline firms. The A-E firms must be capable of design analysis, planning, development, CADD, professional services, predesign site-assessment, design, geotechnical investigations and reports, environmental investigations, studies and reports, abatement and sampling, construction documentation, cost estimates, value engineering, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, and Environmental Protection Agency (EPA) compliance for hazardous material such as aircraft fuels, solvents, chemicals, asbestos, lead based paint and radon. The contractor is also required to have expertise and knowledge of the design of Force Protection (FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. A-E disciplines required to comply with the above requirements include but are not limited to: registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geotechnical (registered civil may be acceptable if certified), registered environmental (registered civil may be acceptable if certified), interior designer, certified environmental survey/design personnel, and construction management.


Construction will include construction, maintenance and repair projects at US (military and civil) installations and facilities.. Work under this contract is expected to include site clearing, earthwork, site drainage and utilities, roads and walks, cast in place concrete, brick masonry, block and tile masonry, building renovation, new construction, asbestos abatement, lead paint removal, structural steel, steel joists and decking, rough carpentry, finish carpentry, built in cabinetry and furniture, roofing and siding, sheet-metal work, doors, windows and glazing, window coverings, entrances and store fronts, lath and plaster, drywall, painting and wall coverings, floor tile and carpeting, a variety of mechanical/electrical work, fire extinguishing systems, fire alarm systems, intrusion detection systems, heating and air conditioning, ventilating equipment and systems, ducts and controls, boxes and wiring devices, starters, breaker panels, switching devices and transformers, lighting, primary and secondary power systems, highly specialized, extensive equipment systems, facilities construction, facilities alteration and repairs, and facilities maintenance services of significant importance. While the preponderance of the work is construction, incidentals to the work may include but is not limited to the following: stream bank and shoreline stabilization/protection, ecosystem/habitat restoration and flood damage reduction and activities related to flood control and water diversion projects. This MATOC may be used to acquire time-sensitive disaster or emergency assistance construction activities within the Seattle District's territory.


The location where work is expected to be performed under this MATOC is primarily within the military construction boundaries of the Seattle District Corps of Engineers. This includes the states of Washington, Oregon, Idaho and Montana. It would also cover a variety of military installations including, but not limited to, Joint Base Lewis-McChord (Tacoma, WA), Fairchild AFB (Spokane, WA), Malmstrom AFB (Great Falls, MT), and Mountain Home AFB (SW Idaho). While the proposed MATOC focuses on use within the Seattle District, the Government reserves the ability to allow use within the larger Northwest Division geographic boundaries on an as needed basis.


The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36,500,000.


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.


Contractors are reminded that under FAR 52.236-1, Performance of Work by the Contractor, the contractor shall perform on the site, and with its own organization, work equivalent to at least 15 percent of the total amount of work to be performed under the contract.


Prior Government contract work is not required for submitting a response to this Sources Sought Notice.


SUBMISSION DETAILS:


Responders should address the following in their submittal:


1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number.


2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business).



3. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate both expressed in dollars.


4. Provide up to three (3) examples of Design-Build projects similar to requirements described above (including dollar values) within the past six (6) years. Include point of contact information for the examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work.


5. Feedback addressing potential risks associated with the project description stated above.


Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence.


Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice on July 2, 2018 NLT 10:00 a.m. pacific standard time. All responses under this Sources Sought Notice must be emailed to Contract Specialist, Shawna West - shawna.west@usace.army.mil referencing the Sources Sought Notice number W912DWDBMATOC. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact:
Shawna West via email - shawna.west@usace.army.mil.


* Prior to award of a contract, Contractors are required to be registered in the System for Award Management (SAM) and that all information required is current and up to date. NOTE: SAM has a new requirement that firms must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated or renewed. Please allow enough time to fulfill this new requirement in SAM to avoid any delays with the entity registration or record maintenance. https://www.sam.gov/portal/SAM/#1


Shawna West, Phone 206-764-6575, Email shawna.west@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP