Vertical 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: Nov 13, 2019 09:22 am CST
- Original Response Date: Dec 12, 2019 11:00 am CST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Dec 27, 2019
- 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
SOURCES SOUGHT SYNOPSIS for Vertical Construction Contracts In Support of the Fort Worth District, USACE
W9126G20R0008
This is a SOURCES SOUGHT announcement; a market 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 SYNOPSIS, THEREFORE NO PROPOSALS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis 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 requiring the solicitation and award of Multiple Award Task Order Contracts (MATOCs) primarily in support of Department of Homeland Security Programs. The proposed task orders under these MATOCs may be firm-fixed price (FFP). The actions may be Design-Build (DB) or Design-Bid-Build (DBB).
The Government has identified many projects that will be advertised under the MATOCs that result from this sources sought and other market research efforts. It is the intent of the Government to identify the size and quantity of vertical construction actions that small businesses and socio-economic programs can support and build an Acquisition Plan and resulting MATOC pools that will allow for maximum use of the small business community.
The vertical MATOC requirement is currently estimated to be approximately $2.2 Billion. It is anticipated that this requirement will be disbursed to multiple MATOC pools with differing geographic boundaries in the continental United States. It is anticipated that task orders will range from $10M - $120M in size with an average task order size of $50M
The results of the market research will determine the type of business set-asides, MATOC capacity, and maximum task order size to be utilized in the resulting Requests for Proposals (RFPs). The contract period of performance is for a 1-year base period and up to four, 1-year option periods.
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, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms.
The North American Industry Classification System code for this procurement is 236220, Commercial and Industrial Building Construction which has a small business size standard of $39.5M.
The type projects anticipated to be completed under the resulting contracts include construction or repair of: Border Patrol Stations, Border Patrol Sector Headquarters, K-9 Facilities, Forward Operating Bases, Firing Ranges, Training Facilities, General Facilities, Vehicle Maintenance Facilities, and Detention Facilities
Small Businesses are reminded that in accordance with FAR 52.219-14 (Limitations on Subcontracting), contracts that have been set aside for small business concerns or 8(a) participants the concern will perform at least 15 percent of the cost of the contracting, not including the cost of materials, with its own employees. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm.
Prior Government contract work is not required for submitting a response under this sources sought synopsis.
Anticipated RFP issuance date is on or about 15 April 2020. The official synopsis citing the solicitation number will be issued at the Government Point of Entry for Federal
Contracts as required in FAR 5.102.
Responses to this Synopsis shall be limited to 5 pages and shall include the following information:
The completed Sources Sought Response document included as an attachment to this Sources Sought. Interested Firms shall respond to this Sources Sought Synopsis no later than 12 December 2019. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your response to Joshua Robinson at Joshua.w.robinson@usace.army.mil.
Attachments/Links
Contact Information
Primary Point of Contact
- Joshua W. Robinson
- joshua.w.robinson@usace.army.mil
- Phone Number 817-886-1055
- Fax Number 817-886-6508
Secondary Point of Contact
- Patricia A. Jackson
- patricia.a.jackson3@usace.army.mil
- Phone Number 8178861054
History
- Jun 25, 2024 09:24 am CDTPresolicitation (Original)
- Mar 15, 2023 10:58 pm CDTPresolicitation (Original)
- Jul 26, 2022 10:55 pm CDTPresolicitation (Original)
- Dec 27, 2019 10:56 pm CSTSources Sought (Original)