Inactive
Notice ID:W9126G19B0027
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synop...
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for and award an Indefinite Delivery Indefinite Quantity (IDIQ) Contract for construction services in support of the Integrated Training Area Management (ITAM) program for Fort Polk. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The scope of the contract is such that the Contractor shall provide all labor, materials, and equipment necessary to perform site preparation construction services. Services required shall include, but are not limited to; erosion, sediment, and pollution control; construction surveys; removal of water; site investigation; aggregate course; erosion control blanket; articulated concrete black system; earth fill; hauling; seeding; install poured in-place concrete; geocell system; sediment log; felling and bunching of standing timber; deep harrowing; geotextiles; excavation; riprap; clearing and grub; heavy mowing; smoothing; install seibert stakes; silt fence, type A, type B and type C; reinforced concrete culvert pipe and appurtenances; diversions and ditch cutouts; corrugated aluminum pip. The requirement can be satisfied with a single contract. The contract will be solicited under the North American Industry Classification System Code 236220 Commercial and Institutional Building Construction. The contract will be a base period with a possibility of three (3) option periods. In accordance with DFARS Part 36, the estimated construction price range is between $10,000,000 and $25,000,000 per period (Base or option periods) Under FAR 52.219-14, Limitations on Subcontracting, at least 50% of the cost of contract performance for services, and 15% of the cost of the contract for construction shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Procurement will be solicited in accordance with FAR 14, Sealed Bidding. The government anticipates using sealed bidding, however, the results and analysis of the market research will finalize the determination of procurement method. Anticipated solicitation issuance date is on or about 15 August 2019. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past 5 years: brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size and/or small business category (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or Women-Owned Small Business) 5. Firm's Joint Venture information if applicable - existing. Interested Firm's shall respond to this Sources Sought Synopsis no later than 13 May 2019, 10AM (CST). All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail or email your response to Paige Stone, Contract Specialist, USACE-Ft. Worth District, ATTN: CESWF-CT, 819 Taylor Street, Room 2A17, Fort Worth, Texas 76102-0300, Email address: paige.e.stone@usace.army.mil EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.