FY25 SAC Construction MATOC
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: Jun 21, 2024 11:49 am EDT
- Original Response Date: Jul 08, 2024 03:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 23, 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: USA
Description
This is a Sources Sought Announcement, a Market Survey FOR INFORMATION ONLY. Information received will be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this sources sought. Respondents will not be notified of the results, but should review SAM.gov for the resulting solicitation.
The U.S. Army Corps of Engineers, Charleston District has been tasked to conduct market research for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design Build (DB) and Design-Bid-Build (DBB) Construction Services in support of the Sustainment, Restoration, and Modernization (SRM) programs for Defense Logistics Agency (DLA), 81st Readiness Division (81st RD), Marine forces Reserve (MFR), National Aeronautics and Space Agency (NASA), Joint Base Charleston (JBC), and Fort Jackson, SC. The proposed procurement will be a competitive, firm-fixed price, Design Build, Indefinite Delivery - Indefinite Quantity contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. The type of set-aside decision(s) to be issued will depend upon the capabilities of the responses to this sources sought.
The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned Small Business (WOSB) and Service- Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, 8(a), HUBZone, SDVOSB, and WOSB businesses are highly encouraged to participate.
SCOPE OF WORK
The scope of work for the resultant contract will primarily be associated with the design, renovation/alteration of existing active facilities, but may also include whole center renovations, major repair and new construction. Work may include restoration or modernization of various administration buildings, facilities, warehouses, clinics, health and wellness centers, and any other buildings connected to or associated with the operations of DLA, 81st RD, MFR, NASA, JBC or Ft Jackson supported facilities. Required Contract Performance is within the continental United States (CONUS), Alaska and Hawaii (OCONUS), and US Territories with a potential for contracts to serve a certain region, specifically Puerto Rico and the US Virgin Islands.
Work may include, but is not limited to restoration and/or modernization of all aspects of heating ventilation, air conditioning and refrigeration (HVAC-R) systems, plumbing systems, medical gas and vacuum systems, building envelope, roofing systems, anti-terrorism/force protection (ATFP) features, electrical systems, elevators, fire protection, interior renovations, wayfinding and signage, and exterior site and systems work such as utilities infrastructure, roadways, sidewalks, parking lots, landscaping, irrigation, etc.
The Government is seeking qualified, experienced sources capable of delivering design- build projects utilizing integrated project delivery methods, when a single contractor provides all design, construction, and transition support to operate a new/newly renovated facility. The objective is for the contractor to provide turn-key services for the design and construction/renovation of facilities. These services must include cradle to grave project management services, design services, warehousing capabilities, delivery, installation, inventory, warranty services, commissioning and training on all new equipment/ systems. The contractor must be dedicated and able to fulfill fast-tracked timelines.
Under this contract the contractor must provide all necessary labor, material, supervision, and equipment for the design, construction, repair, and/or alteration to sustain, restore, and or modernize these facilities using Military Construction (MILCON) and Operations and Maintenance (O&M) processes. The contractor shall have experience in utilizing performance based requirements, where the customer identifies the objectives (desired result) and the constraints (code/criteria/standards) and the contractor is responsible for determining the means and methods to achieving the desired result.
Any resultant contract will be for a base period of five (5) years, with no option periods. Each contract awarded under the DB MATOC will share the total contract capacity estimated at $400 million over the five (5) year period. The estimated minimum size of a task order is $100,000. The estimated maximum size of a task order is $20 Million. Firms must have ability to perform up to five (5) task orders simultaneously.
The North American Industry Classification System code for this procurement is NAICS 236220 Construction of Buildings - - Commercial and Institutional Building Construction, which has a small business size standard of $45 Million.
Small Businesses and 8(a) participants are reminded under FAR 52.219-14(e), Limitations on Subcontracting, that they will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded.
Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA.
Prior Government contract work is not required for submitting a response under this sources sought.
Anticipated solicitation issuance date is on or about 23 Dec 2024, and the estimated proposal due date will be on or about 21 Jan 2025. The official synopsis citing the solicitation number will be issued on SAM.gov.
All interested firms must be registered and have an active, valid registration in the System For Award Management (SAM) database. To obtain information on how to register, visit the following web site: https://www.sam.gov
Company's response to this sources sought notice shall be provided on the attached Capabilities Survey. The firm's response shall be limited to 7 pages.
Instructions: Submit your responses via email to Michael.s.stiltner@usace.army.mil not later than Monday, 8 July 2024 at 3:00 PM eastern time. The subject line should read Design Build Market Survey.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 69A HAGOOD AVENUE
- CHARLESTON , SC 29403-5107
- USA
Primary Point of Contact
- Michael Stiltner
- michael.s.stiltner@usace.army.mil
- Phone Number 8433298045
Secondary Point of Contact
- ADDISON LAYFIELD
- addison.g.layfield@usace.army.mil
- Phone Number 8433298194
History
- Jul 23, 2024 11:55 pm EDTSources Sought (Original)