Design Build MATOC

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR19R112918

Basic Details

started - 15 Nov, 2018 (about 5 years ago)

Start Date

15 Nov, 2018 (about 5 years ago)
due - 06 Dec, 2018 (about 5 years ago)

Due Date

06 Dec, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
W912QR19R112918

Identifier

W912QR19R112918
Department of the Army

Customer / Agency

DEPT OF DEFENSE (709029)DEPT OF THE ARMY (133115)USACE (38131)LRD (5560)US ARMY ENGINEER DISTRICT LOUISVILL (2089)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Geographic Region within the Louisville District Design Build MATOCThis is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. A market survey is being conducted to determine if there are a reasonable number of small business concerns to set this future project aside. If your firm is a Small Businesses, 8(a), HUBZone Certified Small Business Concerns, Woman-Owned Small Business, or Service Disabled Veteran Owned Small Businesses and you are interested in this project please respond appropriately. The U.S. Army Corps of Engineers, Louisville District 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, U.S. Air Force, and Civil Works partners. This notice is for support to the Geographic Region within the boundaries of the Louisville
District which encompasses the states of Ohio, Indiana, Illinois, Michigan, and Kentucky. It is the intent of the Louisville District to award one (1) Multiple Award Task Order Contract (MATOC) to establish a diverse pool of contractors to cover this region, with five (5) to seven (7) which will allow an equal distribution of work.Design and 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, and design associated with all of the various aforementioned tasks. 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 $5,000,000. The total capacity over the prospective three (3) year life of the contract(s) (base of three (3) years with no option years) is not to exceed $45,000,000.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.Responses (not to exceed a total of 12 pages) should include:1. Identification and verification of the company's small business status.2. Contractor's Unique Identifier Number and CAGE Code(s).3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits.4. Address the following in a Narrative, not to exceed two (2) pages, no smaller than 11 font.(a) Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses.(b) Offeror's capability to perform, to include geographic reach, logistic capabilities, and project size the Offeror can handle. Offeror must demonstrate an ability to concurrently manage multiple projects, at various locations.5. Descriptions of Experience - Interested construction firms must provide no more than five (5) example projects with either greater than 90 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope.Projects considered similar in scope new construction or renovation of warehouses, office/administrative spaces, research laboratories, vehicle maintenance facilities, storage facilities, hangars, infrastructure additions/improvements, and minor repair projects.Projects similar in size are a minimum of 5,000 square feet up to 20,000 square feet of vertical construction.Based on the information above, for each project submitted, include:1. Current percentage of construction complete and the date when it was or will be completed.2. Scope of the project.3. Size of the project.4. The dollar value of the construction contract and whether it was design-bid build or design-build.5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work.6. Identify the number of subcontractors by construction trade utilized for each project.6. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self- performed on this project, and how it will be accomplished.Interested Offerors shall respond to this Sources Sought Synopsis no later 29 November 2018 by 02:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Julie McLaughlin, Contract Specialist at: Julie.c.mclaughlin@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. 

600 Dr. Martin Luther King Drive Louisville, Kentucky 40202 United StatesLocation

Place Of Performance : 600 Dr. Martin Luther King Drive

Country : United States

You may also like

Y--Multiple-Award Task Order Contracts (MATOC) for Al

Due: 01 May, 2024 (in 2 days)Agency: INTERIOR, DEPARTMENT OF THE

Y--Multiple-Award Task Order Contracts (MATOC) for Al

Due: 31 Jan, 2025 (in 9 months)Agency: INTERIOR, DEPARTMENT OF THE

Y--Multiple-Award Task Order Contracts (MATOC) for Al

Due: 11 May, 2024 (in 12 days)Agency: INTERIOR, DEPARTMENT OF THE

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
naicsCode 236220Commercial and Institutional Building Construction
pscCode ZMAINT, REPAIR, ALTER REAL PROPERTY