Tennessee Bids > Bid Detail

FY 24_Design-Build MATOC for Miscellaneous Civil Works Projects

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159507402336105
Posted Date: Jul 17, 2023
Due Date: Jul 31, 2023
Solicitation No: W912EQ23S0008
Source: https://sam.gov/opp/0184eaf2e0...
Follow
FY 24_Design-Build MATOC for Miscellaneous Civil Works Projects
Active
Contract Opportunity
Notice ID
W912EQ23S0008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST MEMPHIS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jul 17, 2023 12:50 pm CDT
  • Original Response Date: Jul 31, 2023 10:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Memphis , TN 38103
    USA
Description



FY24 MVM Design-Build MATOC for Miscellaneous Civil Works Projects



Solicitation Number: W912EQ23S0008 DESIGN BUILD MATOC



This is a SOURCES Sought Synopsis and is for a market research survey for information only, to be used for preliminary planning purposes. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis. Respondents will not be notified of the results.



The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this requirement can be set-aside for small business or other socioeconomic programs to include Small Business, 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB). Those aforementioned programs are highly encouraged to respond.





he synopsis and solicitation, if issued, will be made available on SAM.gov. It is the potential offeror’s responsibility to monitor SAM.gov for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 237990 (Other Heavy and Civil Engineering Construction) This industry comprises establishments primarily engaged in heavy and civil engineering construction projects (excluding highway, street, bridge, and distribution line construction). The work performed may include new work, reconstruction, rehabilitation, and repairs. Specialty trade contractors are included in this industry if they are engaged in activities primarily related to heavy and civil engineering construction projects (excluding highway, street, bridge, distribution line, oil and gas structure, and utilities building and structure construction). Construction projects involving water resources (e.g., dredging and land drainage), development of marine facilities, and projects involving open space improvement (e.g., parks and trails) are included in this industry.



Small Business Size Standard: $49.5 Million



This requirement is a Multiple Award Task Order Contract (MATOC) for design and construction of miscellaneous repairs for Civil Works projects throughout the Memphis District. Typical work to be accomplished may include the following types of projects: Pumping plant repairs and rehabilitation, levee gravel resurfacing, existing channel cleanouts, scour repairs along existing channels, floodwall concrete and joint repairs and floodgate repairs.



The work on each task order will consist of furnishing all engineering and design labor necessary to perform the following activities needed to develop details plans and specifications for construction per required USACE standards:



A. Conduct site visits/assessments as required to develop detailed plans and specifications;



B. Develop detailed project plan and design timeline/schedule and obtain the necessary permits and approvals from USACE Regulatory and other relevant agencies for construction;



C. Provide all necessary documentation and reports for the design as required



Once design is completed to the extent necessary to begin construction, additional work on each task order will consist of furnishing all plant, labor, and materials for the construction work to be performed. Specific items of work for the various types of projects that may be accomplished include the following types of work:



A. Pumping Plant Repairs and Rehabilitation – roof repair, automatic greasing system repair, pump station renovation, pumping plan fuel farm rehabilitation, engine exhaust repairs, plant security upgrades, equipment door repairs, repairing/replacing switchboard and potable water tank controls, other ancillary work related to Pumping Plant Repairs and Rehabilitation



B. Gravel Resurfacing – clearing and grubbing, debris removal, levee earthwork and access roads, erosion protection, and resurfacing using aggregate base, asphalt paving, or other alternatives for levee repairs as proposed



C. Channel Cleanout – removal of debris and sediment and disposal using appropriate equipment in accordance with local regulations per the approved design to restore the channel to its original capacity



D. Scour Repair – repair of the scour per the completed hydraulic/hydrologic analysis and approved design



E. Floodwall Concrete and Joint Repairs – demolition and removal of damaged section of concrete floodwall and/or joint material, installation of new reinforcement re-bar, and placement/installation of new concrete/joint material to match existing floodwall and/or joints.



F. Floodgate Repairs – replacement of floodgate to include replacement of any damaged parts, lubrication, and testing to ensure proper operation.



The requirement will consist of an ordering period of 5 years. The estimated range for the magnitude of design and construction services including all Task Orders to be awarded is between $100,000,000.00 and $250,000,000.00.



Requirement: Firms responding to this announcement are requested to demonstrate in writing its capability to perform the work for this project by addressing the following items:





(1) Provide the Firms name, address, DUNS #, firm business size and socio-economic status.



(2) Provide examples (minimum of three) of projects similar in nature to the work in the above project description your firm has performed in the past 8 years. Each example should include a detailed project description, location, the dollar value of the project, the beginning and end date of the project. These projects should be relevant in terms of size, scope, and complexity.



(3) For the relevant example projects requested in item (2), indicate whether your firm was the prime or subcontractor. If the prime, indicated what percentage of the work you performed. If the firm was a subcontractor, identify your role in the contract and explain the relevancy of the role. Also provide copies of performance rating for projects submitted and resume of key personnel.



(4) Provide a list of the firm’s current on-going projects, the bonding amount and the expected completion dates. Also include the name, point of contact, and phone number of the prime contractor’s bonding company.



(5) The Government is requesting interested contractors to furnish the following information:



(a.) What negative impacts, if any, will your firm experience as a result of the consolidation of specific requirements?



(b.) Will consolidating this requirement impact your ability to participate in this type requirement within the Mississippi Valley Division?



(c.) Would you be willing to participate in a future acquisition for the Design and Construction of Various Miscellaneous Civil Works Projects under a Multiple Award Task Order Contract (MATOC) scenario? All responses will be reviewed for preliminary planning purposes in determining future acquisition strategy.



(d.) Provide no more than five (5) references of the most recent and relevant contracts, performed within the last eight (8) years of work same/similar in nature. Include name, address, telephone number, and e-mail address of references. Also provide a brief description of the work performed, contract number, total contract value, and period of performance. Submission of information should be limited to not more than five (5) pages.



Project Labor Agreements (PLAs):




  1. Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation.

  2. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible.

  3. Do you have knowledge that a PLA has been used in the local area on project? If so, please elaborate and provide supporting documentation where possible.

  4. Are you aware of time sensitive issues/scheduling requirements that would affect the rate which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible.

  5. Identify specific reasons why you do not believe a PLA advance the Federal



Government’s interest in achieving economy and efficiency in federal procurement. Small Business Description: Provide capability of performing the work, either by 100% self-performance or through teaming. Specifically, if you would not be self-performing 100% of the work, please provide:




  1. An estimate of your self-performance and a proposed team approach (for example: are you part of an approved mentor protégé team through the SBA 8(a) or All Small Mentor Protégé Program?



2. Will you be teaming with other small businesses to meet the self-performance requirements?



3. Will your subcontractors be primarily small businesses?



4. What type of work would likely be subcontracted?



5. Have you performed this type of work previously with similar teaming arrangements? If, so



What were issues with contract performance.



NOTE: Small businesses may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this source sought must clearly discuss the areas of the Draft Performance Work Statement that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. Please note that at least 15% of the total cost of the contract value must be incurred by or for personnel of the small business firm (or similarly situated entities) pursuant to the FAR clause at 52.219-14 entitled “Limitations on Subcontracting (NOV 2011)”. In order for the Government to make a Small Business (SB) set-aside (or other socioeconomic subcategory) determination, it is emphasized that SB concerns provide sufficient written information to clearly demonstrate their capacity, capability, and responsibility (in accordance with FAR 9.1 and the requirements at FAR 19.502(b)(1) to successfully perform and manage all the requirements of this effort.



Magnitude of Work: Between $100,000,000.00 and $250,000,000.00



Contract Duration: TBD (solicitation)



Estimated Start Date: (Exact date TBD)



Site Visit Time & Date: TBD (solicitation)



Response Time & Date: 31 July 2023 at 10:00 am (CDT)



All interested parties should submit qualifying documentation not later than the response time and date to the below address. Electronic submissions are acceptable. Send via email (PDF format) to



Ms. Darcel Glenn at darcel.g.glenn@usace.army.mil. Interested firms shall provide one copy of the above documentation. Responses shall be limited to ten (10) pages. The Government will not pay for any material provided in response to this market survey; nor return the data provided


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 167 NORTH MAIN ROOM B202
  • MEMPHIS , TN 38103-1894
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 17, 2023 12:50 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >