Inactive
Notice ID:W9126G19R0131
This is a SOURCES SOUGHT announcement; a market research survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWA...
This is a SOURCES SOUGHT announcement; a market research 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 ANNOUNCEMENT, THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this announcement 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 a requirement for vertical construction services in support of Department of Homeland Security programs. The proposed contracting tool may be firm-fixed price (FFP), fixed price economic price adjustment (FPEPA) or Fixed Price Incentive Firm (FPIF). The actions will be both Design-Build (DB) and Design-Bid-Build (DBB). The vertical construction requirement is currently estimated to be approximately $1.2 Billion. It is anticipated that this requirement will be disbursed to multiple contractual instruments with differing geographic boundaries in the Southwest United States. The purpose of this announcement is to maximize practicable competition by gaining knowledge of interest, capabilities and qualifications of various members of industry, to include members of the small business community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman Owned Small Business (WOSB). The estimated maximum size of a task order/contract is $100M and the estimated smallest task order/contract size is $25M; the estimated average size of a task order/contract is $45M. The actual minimum and maximum task order/contract size, socio-economic set-asides, and geographic boundaries for the resulting contract(s) will be determined after the completion of market research, which includes an analysis of the sources sought capabilities statements received. The North American Industry Classification System code for this procurement is 236220, primarily responsible for the construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures, which has a small business size standard of $36.5M. The type projects anticipated to be completed under the resulting contracts include construction or repair of: border patrol stations (similar to a police station), land ports of entry, kennels, highway checkpoints, detention facilities, hospital/clinics, administrative facilities, boat docks, and hangers. These projects may be design-build or design-bid-build. Prior Government contract work is not required for submitting a response under this sources sought announcement. Anticipated RFP/Notice issuance date is on or about 14 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. Responses to this Announcement shall be limited the completed Sources Sought Response document included as an attachment to this Sources Sought. Interested Firms shall respond to this Sources Sought Announcement no later than 10 July 2019. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your response to Natasha.P.Kennedy@usace.army.mil and Dhaval.K.Patel3@ucace.army.mil