U.S. Army Corps of Engineers Seeking Sources for Construction Services in Richmond, VA

Responses Due by April 26


NORFOLK, VA--(Marketwired - April 05, 2016) - The U.S. Army Corps of Engineers (USACE) Norfolk, VA District is seeking potential small businesses capable of performing under an indefinite delivery indefinite quantity (IDIQ) job order contract (JOC) for maintenance, repair, and minor construction services in Richmond, Virginia.

The Norfolk District requires the services of a construction firm capable of managing simultaneous projects (up to 35+) for a broad range of maintenance, repair and minor construction work at DSCR Richmond, Virginia. The scope of work is anticipated to encompass a wide variety of minor construction and repair tasks to provide real property repair and maintenance to include, but not limited to, the following areas:

  • General Contractor Services, including road repair; pavement repair; building renovation; roofing; excavation; emergency repairs; providing new finishes on the interior of buildings; water lines and gas line construction and repair; all utility repairs including sanitary sewer and storm drainage; all fire protection repairs
  • Structural System Services, including carpentry; maintenance, repair and replacement services on floors, floor coverings, walls, wall coverings, window repairs and replacement; exterior systems such as roofs and gutters; structural brick work and stone and concrete masonry; sheet metal work; painting; demolition; concrete masonry; and welding
  • Electrical Services (interior and exterior)
  • Plumbing Services
  • Heating, Ventilation, and Air Conditioning Services -- heating, ventilating, and air conditioning (HVAC) repair and replacement

The U.S. Army Corps of Engineers (USACE) Norfolk, VA District released this sources sought notice for market research only and to determine interest and capability of potential qualified Small Business, certified 8(a) Small Business, HUBZone Small Business, Woman-Owned Small Business firm and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $36.5 Million.

Any resultant contract will be awarded for a period of one (1) base year, and four (4) option years, not to exceed five (5) years. The order of magnitude for this effort is estimated between $20 million and $25 million.

The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job.

To make an appropriate acquisition decision for the above project, the government will use responses to this sources sought synopsis. If inadequate responses are received, this solicitation may be issued for full and open competition. All responses shall be used to determine the appropriate acquisition strategy for an anticipated future acquisition.

If the decision is to Set-Aside this procurement for HUBZone Small Business, the contractor shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HUBZone Small Business receiving a HUBZONE contract for general construction must perform at least 15% of the contract either itself or through subcontracts with other qualified HUBZONE Small Business concerns.

If the decision is to Set-Aside this procurement for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting (b) states, "The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees."

When responding to this sources sought notice, interested businesses must provide the following information:

  • Data Universal Numbering System (DUNS) & Commercial & Commercial, Government Entity (CAGE), or a copy of your entity record on SAM.gov
  • Name of firm, address, phone and fax number, and point of contact with a corresponding e-mail address
  • Set-aside certifications, including 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman Owned Small Business or Service-Disabled Veteran Owned Small Business and size of firm (large or small)
  • Bonding Capacity: State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount) for a $25 million project. Also submit maximum bonding capacity and indicate a list of Construction Contracts underway with project Value to determine remaining bonding capacity.
  • Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Woman Owned Small Business or other Small Business when it is formally advertised.
  • Offeror's Joint Venture information if applicable -- existing and potential
  • Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence in your firm's skills, experience, and knowledge required to perform the specified type of work. This should include documentation of past experience and competence in delivering similar requirements, for which your firm was the prime contractor. Identify the types of projects, the services which were provided, and any special challenges encountered and innovations delivered as a result.

Responses also must include:

  • Narrative of previous experience using JOCs with specific information describing the firm's capabilities in each of the areas described above.
  • Three examples of construction IDIQ contracts with at least $3M capacity each per year completed within the past five (5) years to include the typical number of simultaneous projects managed at one time during the contract, which are relevant to the project description in the section above. Please include point of contact information for examples provided as past performance on indicated projects may be verified. NOTE: Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work.

If you can meet all of the requirements for this project and provide the required information, e-mail U.S. Army Corps of Engineers, Norfolk District, Contracting Office Kevin Comegys at kevin.e.comegys@usace.army.mil and Tramaine Sims at tramaine.j.sims@usace.army.mil. Response must be received by no later than April 26, 2016 at 2 p.m. EST.

If you are interested in responding to this sources sought notice, or to any other solicitation, and need help putting together your response and/or bid, US Federal Contractor Registration can help. Call us today at 877-252-2700, ext. 1, and we can work with you and help you succeed as a government contractor.

Contact Information:

US Federal Contractor Registration
877-252-2700, ext. 1