Search Contract Opportunities

U.S. Army Corps of Engineers (USACE), Los Angeles District (SPL) Design Build (DB) construction services

ID: W912PL25S0006 • Type: Sources Sought

Description

Introduction:

The U.S. Army Corps of Engineers (USACE), Los Angeles District (SPL) has requirements to provide Design Build (DB) construction services in support of its minor construction program (Sustainment, Restoration, and Modernization (SRM), and minor MILCON) programs, supporting Military Installations, International and Interagency Support-IIS.

Coverage Area(s):

  1. USACE. Los Angeles District, Southern California locations that includes Los Angeles, Riverside, San Bernardino, Ventura and Santa Barabara, and San Diego counties.
  2. USACE. Los Angeles District, Nevada/Arizona locations. Nevada includes Clark County, Lincoln and Nye Counties and Arizona include Maricopa and Pima counties.

Contract Specifics:

The anticipates issuing two DB contract that will be for a period of five years and/or $99,000,000, whichever occurs first. The intent is to issue one contract each for the geographical coverage area(s) specified herein. Accordingly, SPL proposes to award at least three but no more than five firm-fixed price (FFP) individual Indefinite Delivery Contracts (IDCs) and subsequent FFP Task Orders (TOs) with the proposed aggregate capacity to provide professional Design Build Construction Services under North American Industrial Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction.

Task order Limits:

Minimum: $ 1,000,000.00

Maximum: $10,000,000.00

Sustainment, Restoration, and Modernization (SRM) type work includes the following:

The Facilities Sustainment, Restoration, and Modernization (SRM) program is a Department of Defense (DoD) program (including other SPL Supported Programs) that funds the maintenance, repair, and modernization of facilities:

  • Sustainment

Routine maintenance and repair to keep facilities in good working order. This includes:

    • Regularly scheduled maintenance
    • Minor repairs
    • Emergency and service response
    • Replacement of facility components that are expected to occur periodically
  • Restoration

Major renovation or reconstruction to keep facilities modern and relevant. This includes replacing major systems or components that are excessively complex or impact other systems and equipment.

  • Modernization

Alterations to facilities to implement new or higher standards or to accommodate new functions or missions.

The SRM program can also include a demolition program to fund the dismantling and disposal of obsolete and excess structures.

Minor MILCON

A minor military construction project is a military construction project that is for a single undertaking at a military installation and has an approved cost equal to, or less than, the amount specified by law as the maximum amount of a minor military construction project.

IIS Programs

IIS is the U.S. Army Corps of Engineers (Corps) program providing technical assistance to non-Department of Defense (DoD) federal agencies, state and local governments, tribal nations, private U.S. firms, international organizations, and foreign governments. The Corps provides engineering and construction services, environmental restoration, management of water and land related natural resources, relief and recovery work, energy conservation work, and other management and technical services.

Examples of customers include the following:

  • National Park Service
  • Department of Homeland Security
  • Customs and Border Protection
  • Fish and Wildlife Service
  • Forest Service
  • Bonneville Power Administration
  • Bureau of Land Management
  • National Resources Conservation Service
  • National Guard
  • Veterans' Administration (Dept of Veterans Affairs)
  • Department of Energy

North American Industrial Classification Code

236220 Commercial and Institutional Building Construction

This industry comprises establishments primarily responsible for the construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures, such as stadiums, grain elevators, and indoor swimming facilities. This industry includes establishments responsible for the on-site assembly of modular or prefabricated commercial and institutional buildings. Included in this industry are commercial and institutional building general contractors, commercial and institutional building for-sale builders, commercial and institutional building design-build firms, and commercial and institutional building project construction management firms.

Please submit the following information below by January 27, 2025, to the individuals listed below. Responses shall be limited to 6 pages.

  1. Offeror's name, address, point of contact, Unique Entity ID in SAM and phone number and email address. If submitting as a JV, please submit the UEI of the JV and UEIs of the JV members
  2. Past performance/experience on projects of similar scope and magnitude, describing no more than three (3) projects that are complete or at least 50% construction complete and that ran concurrently within the past six years. Examples within SPL's footprint is a plus.

The past performance information needs to include:

Project Title and Location

General Description to Demonstrate Relevance to the Proposed Project

Scopes Self-Performed vs Subcontracted

Dollar Value of Contract

Percentage Self-Performed vs Subcontracted

Agency or Government Entity for which the Work was Performed with Contact Information if Possible (Reference Name, Phone Number and E-Mail Address).

Demonstrate Compliance with Various Environmental and Construction Permits

Ability to Perform Work on Time/Within Budget

Capacity to Execute this Project with Other Ongoing Construction Contracts

Note: If providing info about a contract team, JV, etc, if possible, please provide examples where the team has worked together. Provide a general description/percentage of the work of each team member.

  1. Projects examples MUST be at least $2M, and one needs to be greater than $5M.
  2. You Must Include: CPARS customer satisfaction information or related ratings information (PLEASE SUBMIT CPARS or OTHER RATINGS INFO IN ADDITION TO THE 6 PAGES of MARKETING MATERIALS)
  3. Offeror's type of business and business size (whether small business, SDB/8(a), WOSB, HUBZone, SDVOSB or other than small business (OTSB).
  4. Offeror's joint venture information, if applicable, existing and potential.
  5. Provide preference/interest of contractual geographical coverage area.
  6. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, expressed in dollars) and current capacity.
  7. Please include any past performance info on USACE or VA or other Federal project.

Interested firms should submit a document describing relevant demonstrated experience and qualifications via email to: kinya.r.minami@usace.army.mil with a CC to Nardos.Taeme@usace.army.mil.

In order for it to be reviewed, your submission MUST address all questions in the questionnaire as best you can and your firm's ability to perform the requirement. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts:

Please submit materials in PDF

This market survey IS NOT a solicitation. No reimbursement will be made for any costs associated with providing information in response to this survey. Items above subject to change. This is not a request for proposals/RFP. No award will result from this survey. This notice does not constitute any commitment by the Government. If you have any comments or questions, please feel free to contact me anytime.

Overview

Response Deadline
Jan. 27, 2025, 5:00 p.m. EST Past Due
Posted
Dec. 26, 2024, 11:56 a.m. EST
Set Aside
None
PSC
None
Place of Performance
Los Angeles, CA United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
$99,000,000 (value based on agency estimated range)
Odds of Award
23%
Vehicle Type
Indefinite Delivery Contract
On 12/26/24 USACE Los Angeles District issued Sources Sought W912PL25S0006 for U.S. Army Corps of Engineers (USACE), Los Angeles District (SPL) Design Build (DB) construction services due 1/27/25. The opportunity was issued full & open with NAICS 236220.
Primary Contact
Name
Roger Minami, Procurement Analyst, Office of Small Business Programs   Profile
Phone
(805) 878-8177

Secondary Contact

Name
Nardos Taeme   Profile
Phone
(213) 452-4295

Documents

Posted documents for Sources Sought W912PL25S0006

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W912PL25S0006

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912PL25S0006

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912PL25S0006

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SPD > W075 ENDIST LOS ANGELES
FPDS Organization Code
2100-W912PL
Source Organization Code
100221424
Last Updated
Feb. 11, 2025
Last Updated By
rubyann.prout@usace.army.mil
Archive Date
Feb. 11, 2025