The RFP Database
New business relationships start here

Regional Multiple Award Task Order Contract (MATOC) North East United States


New York, 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 SYNOPSIS for the purpose of obtaining market research only. No proposals are being requested nor accepted under this synopsis. The U.S. Army Corps of Engineers, New York District, will use information obtained under this synopsis to develop an acquisition strategy to meet the requirements for the Regional Multiple Award Task Order Contract (MATOC) North East United States of America.

The U.S. Army Corps of Engineers, New York District is issuing this Sources Sought Notice to determine if there is an adequate number of interested and qualified (1) SBA certified 8(a) firms serviced by the SBA New Jersey/New York/Pennsylvania district offices, (2) HUB Zone [certified small business], (3) Small Business [under the size standard], or (4) Service-Disabled Veteran Owned Small Business firms having the capability and bonding capacity for the following effort: Northeast Region Multiple Award Task Order Contract (MATOC) for construction projects located in the following states: Maine, New Hampshire, Vermont, Massachusetts, Connecticut, New York, New Jersey, Pennsylvania. The primary focus of the work will be, but not limited to the following locations: Ft Drum/Watertown NY; West Point, NY; the greater New York City area; Picatinny Arsenal, NJ; and Joint Base McGuire-Dix-Lakehurst, NJ. The construction task orders under this MATOC will tend towards design/build, adapt/build and general construction of diverse multi-facility complexes. Facility types within the complexes to be constructed include the following: Hangers, Vehicle Maintenance Facilities/Motor Pools, Barracks, Warehouse, Administrative Office Buildings, Medical Clinics, Weapons Research/Testing Facilities, Infrastructure projects, Training Support Complexes, Dining Facility (DFAC), transient Battalion Headquarters (BN HQ), and transient Officers quarters. Design and development of the facilities includes Force Protection measures, communication, fire protection systems, electrical systems, HVAC and mechanical systems, landscaping/site work: consisting of access roads, parking, sidewalks, access drives, and all supporting utilities. The MATOC has a total estimated capacity of $150,000,000.00 over five years. The task orders in this contract may range from $500,000 to $10,000,000. The expected durations for these projects are 730 days or less. The North American Industry Classification System (NAICS) code is 236220. The business size standard is $36.5 million. Fifteen percent (15%) of the work is required to be self-performed. Interested Offerors shall respond to this Sources Sought Synopsis to include the following:


1) Demonstrate construction experience of similar scope, magnitude and complexity to the above listed projects;
2) Demonstrate that the firm has appropriate bonding capabilities and letter from their Surety to bond multiple ongoing projects of the magnitude listed above;
3) Demonstrate the firm possesses either internally, or as a member of their team/joint venture, a full service licensed architect-engineer design team with experience similar to the above listed projects of similar complexity. Also, state if team, or joint venture, has worked on previous projects or if the team/joint venture would be assembled for this solicitation;
4) Provide a list of at least 5 bu t no more than 10 projects, which are similar in size, magnitude, and complexity to those listed above with points of contact from the customer;
5) Demonstrate the ability to operate outside of the firms ho me office immediate area;
6) Demonstrate the ability to manage multiple projects simultaneously of the magnitude listed above;
7) A statement verifying that the Contractor/Team/Joint venture is able to self perform a min of 10% of the work
8) Document firms Business Size by submitting Representation and Certification paperwork as to type of firm (whether HUB Zone, Service Disabled Veteran Owned Small Business, or small business 8(a), etc.) under NAICS Code 236220
9) A CAGE C ode and/or DUNS Number.


IMPORTANT: Responses must be limited to no more than 20 pages. All interested businesses should notify this office in writing by mail or fax by 29 Jan 2019, 2:00 P.M. local time. Send responses to the US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, ATTN: Adrian Stafford-Browne, New York, NY, 10278-0090 or by fax to (212) 264-3013. This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.



Point of Contact(s):
Mr. Adrian Stafford-Browne
Email your questions to US Army Engineer District, New York District at Adrian.j.StaffordBrowne@usace.army.mil & NYDCONTRACTING@USACE.ARMY.MIL


Contracting Office Address:
Attn: CENAN-CT
26 Federal Plaza
New York, New York 10278-0090
United States


 


Adrian Stafford-Browne, Contracting Specialist, Phone 9177908087, Email adrian.j.staffordbrowne@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP