Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOURCES SOUGHT

Y -- Fort Polk Horizontal MATOC

Notice Date
1/24/2023 7:02:54 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G23S0936
 
Response Due
2/6/2023 12:00:00 PM
 
Point of Contact
Eugene A. Gibbs, Phone: 8178861069, Erin Williams, Phone: 8178866404
 
E-Mail Address
Eugene.a.gibbs@usace.army.mil, Erin.K.Williams2@usace.army.mil
(Eugene.a.gibbs@usace.army.mil, Erin.K.Williams2@usace.army.mil)
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the Sources Sought or resulting market research. The U.S. Army Corps of Engineers, Fort Worth District has been tasked to award Multiple Award Task Order Contracts (MATOCs) for horizontal construction services primarily in support of Fort Polk but may also be used throughout USACE Southwestern Division geographic boundaries.� The proposed actions will be competitive, firm-fixed price (FFP), Design-Build (DB) and Design-Bid-Build (DBB) contracts procured in accordance with FAR 15, Negotiated Procurement using the Best Value Trade-Off Process.� It is anticipated that the contracts will have a seven-year base period and no options years.� The socio-economic set-asides utilized will be determined by the matching results of market research, including this sources sought synopsis, with the requirements in an effort to provide the most benefit for both industry and government.� The type projects anticipated to be completed under the resulting contracts include new construction or repair of parking lots, roads, airport taxiways, playgrounds, culverts, and drainage systems The horizontal MATOC requirement is currently estimated to have a capacity of approximately $90M.� It is anticipated that task orders will range from $100K - $10M in magnitude with an average task order size of $1.1M.� It is anticipated that the Fort Polk Horizontal construction and repair program will have multiple simultaneous projects throughout the possible 7-year life of each anticipated MATOC. The results of the market research will determine the type of business set-aside(s), MATOC capacity, and maximum task order size in the resulting Requests for Proposals (RFPs).� The contract period of performance is for a proposed 7-year base period.� The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry to include Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. The North American Industry Classification System code for this procurement is 237310, Highway, Street and Bridge Construction which has a small business size standard of $45M. The Product Service Code is Y1LB.� Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government to the prime�s subcontractors that are not similarly situated. for general construction Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. Should this action be solicited as Full and Open Competition, a Small Business Participation Plan will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan. Prior Government contract work is not required for submitting a response to this synopsis. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated RFP issuance date is on or about 15 December 2023. The official synopsis citing the solicitation number will be issued at the Government Point of Entry for Federal Contracts as required in FAR 5.102. Responses to this Synopsis shall be limited to 5 pages and shall include the completed Response document that is included as an attachment to this Synopsis.� Submittal of additional capability statement data is optional.� Correspondence will be issued via the Government Point of Entry, Procurement Integrated Enterprise Environment. Contractors are responsible for monitoring the site for updates.� Interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Interested Firms shall respond to this Synopsis no later than 6 February 2023. Email your response to: Eugene A. Gibbs, Contract Specialist Contracting Division, USACE � Fort Worth District, Fort Worth, TX 76102 Email: Eugene.A.Gibbs@usace.army.mil Erin Williams at erin.k.williams2@usace.army.mil.� EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c3f24afb5024386b1ae80293ec1c3e2/view)
 
Place of Performance
Address: LA, USA
Country: USA
 
Record
SN06572350-F 20230126/230124230110 (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  © 1994-2020, Loren Data Corp.