The RFP Database
New business relationships start here

$95M Multiple Award Task Order Contract (MATOC) for Design Bid Build Construction


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

Description:
1. NOTICE:
This Sources Sought Synopsis is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this Sources Sought. The Sources Sought is to determine potential sources, for information, and for planning purposes only. Only non-classified information shall be provided in your response.
The United States Army Corps of Engineers, Honolulu District (POH) will NOT be responsible for any costs
incurred by interested parties in responding to this Sources Sought.


The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to
assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is (236220) Commercial and Institutional Building Construction which has a corresponding Size Standard of $36.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HubZone, and Women-Owned Small Business concerns. The Government requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code.


2. PROGRAM DETAILS:
The $95M Multiple Award Task Order Contract (MATOC) for Design Bid Build Construction Services for Work
Within the State of Hawaii is intended to be a Firm-Fixed Price (FFP), Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) 5 year contract (a one year base ordering period and 4 one year optional ordering periods). The Government would like to make a multiple award of 2-4 contracts. The work will consist of multiple disciplines in construction such as maintenance, repair, and alteration of real property, as well as new construction of facilities supported primarily by the US Army Department of Public Works (DPW), Hawaii.

During the life of the contract, projects will be solicited as separate task orders and will be competed amongst those successful contractor(s) who receive a basic contract under the MATOC solicitation.


The contractor shall furnish all equipment, tools, supervision, labor, material, quality control, and other items necessary to safely manage, and accomplish a broad range of repair, modification, and construction tasks on various real property facilities. Tasks include selection, fabrication, installation, modification, and test on various
facilities and interfacing equipment. Tasks involve a variety of disciplines such as demolition, utilities, excavation, structures, electrical, mechanical, architectural, fire protection and other specialty and general construction work.


POH currently anticipates the following DBB construction projects that could be issued on this potential MATOC:


FY18
Three (3) Repair Training Buildings at the Pohakuloa Training Area (PTA) with an estimated value ranging from
$4M - $9M.


FY19
Three (3) Repair Training Buildings at the PTA with an estimated value ranging from $5 - $20M.


FY20
Two (2) Repair Training Buildings at the PTA with an estimated value ranging from $5 - $10M each.
The information requested will be used within POH to facilitate decision making and will not be disclosed outside the agency.


3. CAPABILITY STATEMENTS:
The Government requests interested parties to submit the following information:
(a) Company's Information [point of contact, name, address, phone number, email, and Commercial and
Government Entity (CAGE) Code];


(b) Type of business, status, and size [e.g., 8(a) [including graduation date], HUBZone-certified small business,
Service-Disabled Veteran Owned small business, Woman Owned Small Business concern, small business, large business, based on NAICS code 236220];
(c) History of relevant design-bid-build construction experience with simultaneous performance of at least two (2) projects in the $5M - $10M range at a location similar to the Pohakuloa Training Area (PTA) and include a summary of relevant and recent (within the last three fiscal years) performance history (identified by
contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)];


(d) Familiarity of construction climate for projects at the State of Hawaii including the Hawaii island;


(f) Ability to obtain bonding and perform on four task orders (assuming each task order being $5M) concurrently;


(g) Being able to perform 25% of the work with its own workforce on multiple task orders concurrently; and


(h) Bonding capability on individual projects and aggregate requirements.


5. RESPONSE INFORMATION:
Interested and qualified sources are highly encouraged to provide all information requested above. Responses may be submitted in PDF or Microsoft Word Format. In order to be considered in this market survey, please reply by 2:00 PM MDT, 1 June 2017.


Information is limited to 5 single sided pages.


THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note it is required that interested contractors be registered in System for Award Management (SAM) to be eligible for award. Please see www.SAM.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will he government pay for any information solicited or delivered.


Information shall be submitted electronically in PDF or Microsoft Word Format to Dayna Matsumura at
Dayna.n.matsumura@usace.army.mil AND Kent Tamai at kent.a.tamai@usace.army.mil by June 1, 2017 at 2:00 p.m. Hawaii Standard Time


PLEASE NOTE: At this time, the Honolulu District is only interested in responses from prime contractors with similar project experience with the ability of having a bonding capability of a minimum of $5M per contract action and an aggregate of $20M or more.


 


Kelly J. Jones, Contract Specialist, Phone 808-835-4370, Fax 808-835-4396, Email Kelly.J.Jones@usace.army.mil - Dayna N. Matsumura, Contract Specialist, Phone 808.835.4379, Fax 808.835.4396, Email Dayna.N.Matsumura@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP