Similar Projects
Hurricane and Storm Damage Risk Reduction
Term Contract
Design
$5,000,000 to $10,000,000 est. value

Holton Harris Road Bridge
Demolition, New Construction, Infrastructure
Design
$1,000,000 CJ est. value
Anacoco, LA 71403

LA 121: Cross Drain Replace LM 10.1
Infrastructure
Bidding
$1,000,000 CJ est. value
Slagle, LA 71475

LA 121: Cross Drain Replace LM 10.1
Infrastructure
Bidding
$1,000,000 CJ est. value
Slagle, LA 71475

Monroe Readiness Center Modernization
Renovation
Post-Bid
Leesville, Monroe, LA 71217

Repair Tactical Equipment Maintenance Facility, Building 2826
Renovation
Post-Bid
$10,000,000 to $25,000,000 est. value
Fort Polk, LA 71459

Design-Build and Design-Bid-Build Indefinite-Delivery Indefinite-Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast Area of Operations N69450-20-R-0097
Results
$20,000,000 to $100,000,000 est. value

West Shore Lake Pontchartrain, Bottomland Hardwood, Louisiana Project, CEMVN
Term Contract
Results
$10,000,000 est. value

RFQ Contractor - Child Development Center
New Construction, Infrastructure
Bidding
$100,000,000 CJ est. value
Fort Polk, LA 71459

Rental Car Lot Improvements - Phase 1
Alteration
Post-Bid

Playground Replacement for Pre-K and Middle School Age Groups at South Cameron High School Campus
Renovation
Results
$270,000 est. value
Grand Chenier, LA 70643

Roundabout: US 171 At Boone Street
Infrastructure
Bidding
$10,000,000 CJ est. value
Leesville, LA 71446

Water oak Drainage
Alteration
Post-Bid
$17,140 est. value
Slidell, LA 70458

LA 392 Bridges Near Hornbeck
New Construction, Infrastructure
Results
$2,500,000 to $5,000,000 est. value
LA

RFQ D/B - Fort Polk UEPH (Barracks)
New Construction, Infrastructure
Post-Bid
$100,000,000 CJ est. value
Fort Polk, LA 71459

Last Updated 01/25/2023 07:31 AM
Project Title

RFQ - Fort Polk Horizontal MATOC

Physical Address View project details and contacts
City, State (County) Fort Polk, LA 71459   (Vernon County)
Category(s) Government/Public, Heavy and Highway, Sewer and Water
Sub-Category(s) Bridge, Maintenance, Military Facility, Park/Playground, Runways/Taxiways, Shoreline/Erosion/Drainage, Sidewalks/Parking Lot, Water Lines
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $1,100,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

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 been tasked to award Multiple Award Task Order Contracts (MATOCs) for horizontal construction services primarily in support of Fort Polk but may also be used throughout USACE Southwestern Division geographic boundaries. The proposed actions will be competitive, firm-fixed price (FFP), Design-Build (DB) and Design-Bid-Build (DBB) contracts procured in accordance with FAR 15, Negotiated Procurement using the Best Value Trade-Off Process. It is anticipated that the contracts will have a seven-year base period and no options years. The socio-economic set-asides utilized will be determined by the matching results of market research, including this sources sought synopsis, with the requirements in an effort to provide the most benefit for both industry and government. The type projects anticipated to be completed under the resulting contracts include new construction or repair of parking lots, roads, airport taxiways, playgrounds, culverts, and drainage systems The horizontal MATOC requirement is currently estimated to have a capacity of approximately $90M. It is anticipated that task orders will range from $100K - $10M in magnitude with an average task order size of $1.1M. It is anticipated that the Fort Polk Horizontal construction and repair program will have multiple simultaneous projects throughout the possible 7-year life of each anticipated MATOC. The results of the market research will determine the type of business set-aside(s), MATOC capacity, and maximum task order size in the resulting Requests for Proposals (RFPs). The contract period of performance is for a proposed 7-year base period. The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry to include 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 237310, Highway, Street and Bridge Construction which has a small business size standard of $45M. The Product Service Code is Y1LB. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government to the prime's subcontractors that are not similarly situated. for general construction Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. Should this action be solicited as Full and Open Competition, a Small Business Participation Plan will be identified as an evaluation factor in the solicitation. Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan. Prior Government contract work is not required for submitting a response to this synopsis. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated RFP issuance date is on or about 15 December 2023. 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 completed Response document that is included as an attachment to this Synopsis. Submittal of additional capability statement data is optional. Correspondence will be issued via the Government Point of Entry, Procurement Integrated Enterprise Environment. Contractors are responsible for monitoring the site for updates. Interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Interested Firms shall respond to this Synopsis no later than 6 February 2023. Email your response to: Eugene A. Gibbs, Contract Specialist Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: Eugene.A.Gibbs@usace.army.mil Erin Williams at erin.k.williams2@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. The method of contractor selection has not been determined at this time.

Details

Division 01 - General Requirements, Vehicular Access and Parking, Traffic Control, Temporary Barriers and Enclosures.
Division 03 - Concrete, Concrete Reinforcing, Cast-in-Place Concrete, Precast Concrete, Precast Structural Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Structural Steel Framing, Structural Steel for Bridges, Steel Joist Framing, Steel Joist Girder Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers, Expansion Control.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting, High-Performance Coatings.
Division 10 - Specialties, Visual Display Units, Signage, Traffic Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 11 - Equipment, Play Field Equipment and Structures, Playground Equipment, Play Structures.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Roadway Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Selective Clearing, Grading, Embankments, Erosion and Sedimentation Controls, Earthwork Methods, Soil Treatment, Slope Protection, Gabions, Riprap, Special Foundations and Load-Bearing Elements, Driven Piles.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Athletic and Recreational Surfacing, Site Improvements, Fences and Gates, Retaining Walls, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Storm Drainage Utilities, Ponds and Reservoirs.
Division 34 - Transportation, Operation and Maintenance of Transportation, Airfield Signaling and Control Equipment, Bridges.
Division 35 - Waterway and Marine Construction, Shoreline Protection, Waterway Construction and Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents