California Bids > Bid Detail

$249M California Construction MATOC

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159868945925713
Posted Date: Nov 10, 2022
Due Date: Dec 2, 2022
Solicitation No: W91238-22-R-0059
Source: https://sam.gov/opp/c7ed9bc7c7...
$249M California Construction MATOC
Active
Contract Opportunity
Notice ID
W91238-22-R-0059
Related Notice
Department/Ind. Agency
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) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 10, 2022 02:30 pm EST
  • Original Response Date: Dec 02, 2022 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    CA
    USA
Description

SOURCES SOUGHT



The Sacramento District intends to award a $249M Construction Multiple Award Task Order Contract (MATOC). The Sacramento District is conducting market research to identify businesses which have the capability to complete/manage multiple construct projects simultaneously. Potential offerors having the skills, capabilities and bonding capacity to fulfill the Capability Statement requirement are invited to provide feedback via email to Mr. Ronald P. Arbour at Ronald.p.Arbour@usace.army.mil. All responses will be considered in determining the appropriate acquisition strategy for a potential future acquisition.



This is a SOURCES SOUGHT notice for MARKET RESEARCH ONLY to determine the availability and capability of both Large and Small Business contractors for prime and subcontracting opportunities.



NO AWARD will be made from this Sources Sought



NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research. Please do not request such documentation. Requests for any of this information will go unanswered.



Purpose:



The purpose of this NOTICE is to gain capabilities knowledge of Large Businesses and all potential Small Business sources. The requested information will be evaluated for the purpose of determining the capability and availability of Large Businesses as well as Small Businesses and to develop subcontracting goals for the various categories of Small Businesses. The Government must ensure there is adequate competition among the pool of available contractors.



The Government intends to award a 5-year Firm Fixed Price Multiple Award IDIQ Contract with Government requirements being competed amongst the MATOC pool and completed as individual Task Orders.





Project Description:



This requirement is planned for advertising in April 2023. Please consider this an estimated timeframe. The MATOC ceiling will be $249,990,000.00. Requirements completed under this MATOC are anticipated to be between $4M and $35M. Contractors will be required to maintain sufficient bonding to cover the value of all awarded Task Orders. The NAICS code is 236220, the size standard is $39.5M and the Federal Supply Code (FSC) is Y1JZ, Construction of Miscellaneous Buildings. This requirement and anticipated acquisition strategy is to establish a Firm Fixed Price 5-year Multiple Award Task Order Contract (MATOC) to complete construction within the Sacramento District Area of Responsibility. It is anticipated that most of the requirements will be for Military construction within California. Some Civil Works Projects may be completed under this MATOC. This work will be accomplished with individual task orders against the MATOC, as allowed by DFARS 217.204(e)(i).



In accordance with FAR 52.236-1, the Contractor shall perform on the site, and with its own organization, work equivalent to at least 15% of the total amount of work to be performed under the contract.



The successful contractors will be required to provide performance and payment bonds in accordance with FAR 28.102- 1, within 10 days of award of any Task Orders. A small business subcontracting plan will be required from large business primes and performance against the approved plan will be monitored to provide as much opportunity as possible for small businesses to participate in this project.



General Scope:



MATOC will include the construction of buildings & supporting systems, and horizontal engineering projects (e.g., roadways and utility systems). Project scopes will include Demolition and the preparation of sites for new construction. Construction work done may include new work, additions, alterations, or maintenance and repairs. Activities will include construction activities at multiple project sites. Task Orders (TOs) on the MATOC contract will include responsibility for all aspects of individual construction projects and may be issued as either Design-Bid-Build or Design-Build TOs. Task Orders will include activities to produce masonry, painting, electrical work and other specialty trades. Activities of specialty trades can be conducted by the Prime Contractors or be subcontracted.







Location:





The preponderance work is located within the state of California however, requirements for work within the greater South Pacific Division SPD area of responsibility may arise. Visit USACE web site below for map of SPD. https://www.usace.army.mil/Missions/Locations/



CAPABILITY STATEMENT: The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities Please provide your response to the following. The submission is limited to 20 pages.





1. Contractor's name, DUNS number, address, point of contract, phone number and email address;



2. Contractor's interest in bidding on the solicitation when it is issued;



3. Contractor's capability to perform/manage 3 or more construction contracts simultaneously within the magnitude of $5M - $20M, within the general scope identified above and within the last 3 years. Describe your self-performed effort, brief description of the project, type of work performed, customer name, timeliness of performance, customer satisfaction, and dollar value of the project.



4. Contractor's business size - If a Small Business, identify the Small Business type (Small Business, an 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business or Service-Disabled Veteran Owned Small Business);



5. Contractor's Joint Venture information if applicable - existing and potential; and



6. Contractor's Bonding Capability in the form of a letter from the Surety.





The Capabilities Statement for this source sought is not a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or- developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of the Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities.



This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. The respondents will not be notified of the results of any review conducted of the capability statements received.



All interested contractors should notify this office in writing by email by 5:00 PM, Pacific Standard Time (PST) on 2 December 2022. Submit responses via email to Ronald Arbour at ronald.p.arbour@usace.army.mil. Please include the Sources Sought No. W9123822R0059 in the subject line.




Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

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 >