IDIQ/SATOC for Anniston
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Sep 19, 2024 10:34 am CDT
- Original Response Date: Oct 10, 2024 02:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Oct 25, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Anniston , ALUSA
Description
Market Research and Sources Sought Notice for information on capability and availability of contractors to perform general repairs and new construction requirements for USACE customer of the Anniston Resident Office.
The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at Mobile District Construction Division Anniston Resident Office. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision.
The U.S. Army Corps of Engineers, Mobile District, anticipates a future procurement to design and construct various type facilities in support of its military and Interagency construction programs to services the Anniston Resident Office, and intends to solicit and award an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) with a $99M ceiling. Construction under the SATOC could include all types of armed services, Army, Air Force and interagency partners’ facilities for medical, administration, vehicle maintenance, training, flightline, dormitory, access control, repair shops, and warehouses. Task Orders under the SATOC will be advertised as both Design-Bid-Build and Design-Build projects. The cost of construction of individual projects are generally anticipated to be in the range of $5.0M to $20.0M. Proposed construction would be over several program years starting in Fiscal Year 2025 with project specific durations in the range of 365 to 750 calendar days.
Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) pages:
1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses.
2. Business size/classification to include any designations as Small Business, HUBZone, Service-Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission.
3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity.
4. Description of capability to perform the proposed construction within this region, manage sub-contractors, prepare and comply with various environmental and construction permits and capability to successfully execute projects with other ongoing construction contracts.
5. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).
NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: contact Ariel.S.Chamberlain @usace.army.mil and contracting officer stephanie.m.scalise@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than October 10, 2024. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 201 SAINT MICHAEL STREET
- MOBILE , AL 36602-3630
- USA
Primary Point of Contact
- ARIEL CHAMBERLAIN
- ariel.s.chamberlain@usace.army.mil
- Phone Number 2516902473
Secondary Point of Contact
- Stephanie Scalise
- stephanie.m.scalise@usace.army.mil
History
- Oct 25, 2024 10:55 pm CDTSources Sought (Original)