The RFP Database
New business relationships start here

NORTHEAST MATOC


Kentucky, 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. No proposals are being requested or accepted with this synopsis. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, and Service Disabled Veteran Owned Small Businesses. The U.S. Army Corps of Engineers, Louisville District Contracting Division (LDCD) is seeking information regarding capability and availability of potential contractors to perform Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contracts for military, civil works and environmental facility repair/construction, in support of the U.S. Army Reserve, Air Force Reserve, U.S. Army, U.S. Air Force, and Civil Works partners.

Construction task orders awarded under these MATOCs are intended to provide quick and cost effective response to repair and minor construction needs, relating, but not limited, to the site development, architectural, mechanical, plumbing, structural, environmental, electrical, instrumentation, security, life safety, fire detection and suppression, communications, interior design, antiterrorism force protection (ATFP) and safety areas of new and existing facilities. Scopes of work for each task order will vary from site to site including demolition, new construction and renovation work.


The price range for each project is anticipated to be between $100,000 and $15,000,000. The total capacity over the prospective five year life of the contract(s) is expected to be $240,000,000. Successful offerors shall be able to demonstrate successful management and execution of multiple task orders concurrently.


The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $36.5 Million. Offerors are requested to respond to this Sources Sought Synopsis with the following information which shall not exceed ten (10) pages:


1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses.


2. Offeror's business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses, Women-Owned Small and Large Business Concerns. For 8(a) Contractors, please include anticipated graduation date from the 8(a) Program.


3. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).


4. If the MATOC boundary requires performance anywhere within the designated Northeast Region, how would that impact your decision to propose and/or your ability to perform on the MATOC? (NOTE: The Northeast Region encompasses the states of Maine, Vermont, New Hampshire, Massachusetts, New York, New Jersey, Delaware, Connecticut, Rhode Island, Pennsylvania, Maryland, West Virginia, Virginia, District of Columbia, Wisconsin, Ohio, Indiana, Illinois, Michigan, Tennessee and Kentucky.)


5. If the Louisville District established two regionally based contracts (divided the performance area into 2 smaller geographic regions), would that change your ability to participate compared to performance under a MATOC within the entire area designated as the Northeast Region? (NOTE: Region 1 encompasses the states of Ohio, Indiana, Illinois, Michigan, Tennessee and Kentucky; Region 2 encompasses the states of Maine, Vermont, New Hampshire, Massachusetts, New York, New Jersey, Delaware, Connecticut, Rhode Island, Pennsylvania, Maryland, West Virginia, Virginia, District of Columbia, and Wisconsin.)


6. Offeror's capability to perform, to include geographic reach, logistic capabilities, and project size the Offeror can handle. Offerors should also include capability to execute full design and designer of record responsibilities on design build repair/construction projects, or address relationships with design firm that can perform full design services.


a. Provide no more than five (5) repair/construction projects that have been completed, or are at least 90% complete, within the past five (5) years, as of the date of this notice, that demonstrate the Offeror's capability to perform the type of work described above. Offeror must demonstrate that they have performed at least 15% of the cost of the contract not including the cost of materials. At least one project shall be a design build project. Offeror must demonstrate an ability to concurrently manage multiple projects, at various locations.


b. Projects considered similar in scope include warehouses, office/administrative spaces, research laboratories, vehicle maintenance facilities, storage facilities, hangars, infrastructure additions/improvements, and minor repair projects.


c. Projects similar in size are a minimum of 10,000 square feet up to 30,000 square feet of vertical construction.


d. Offeror must submit supporting performance evaluation for each project submitted. Performance evaluations will not count against the total page count.


e. Project information is not to exceed 1 page per project and should include title, location, general description of the project, type of project (design-build or design-bid-build), Offeror's role (i.e., prime, sub, etc.), dollar value of the project, AE Consultant (for design -build project) , percentage of work self-performed, performance evaluation rating and name of the entity, company, or Government entity for which the work was performed with a reference's contact information to include name, phone number and email address.


Interested Offerors shall respond to this Sources Sought Synopsis no later 28 May 2019 by 10:00 AM Eastern time. ALL RESPONSES MUST BE EMAILED to Emily.A.Moore@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.


Emily A. Moore, Contract Specialist, Email emily.a.moore@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP