Dismantling, Demolition, and Removal (DDR) MATOC

Agency:
State: Missouri
Level of Government: Federal
Category:
  • P - Salvage Services
Opps ID: NBD00159700218123776
Posted Date: Dec 15, 2023
Due Date: Jan 10, 2024
Source: Members Only
Follow
Dismantling, Demolition, and Removal (DDR) MATOC
Active
Contract Opportunity
Notice ID
W912DQ24SS0010
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST KANSAS CITY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 15, 2023 09:19 am CST
  • Original Response Date: Jan 10, 2024 10:00 am CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    Kansas City , MO 64106
    USA
Description

Sources Sought for Dismantling, Demolition, and Removal of Improvements Multiple Award Task Order Contract (MATOC)



This Sources Sought announcement is to conduct market research for a Multiple Award Task Order Contract (MATOC) for Dismantling, Demolition, and Removal (DDR) of Improvements in support of the Kansas City District. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. No reimbursement will be made for any cost associated with providing information in response to this sources sought.



The purpose of this notice is to gain knowledge of potential and interested qualified contractors capable of performing hazardous material abatement, building demolition, decommissioning services, and removal of improvements.



This effort is classified through the North American Industry Classification System (NAICS) under 238910 Site Preparation Contractors. The small business size standard for NAICS 238910 is $19M.



It is anticipated that a solicitation announcement will be published on SAM.gov in early to middle of 2024. The resulting MATOC will have a $49M capacity with a 5-year base duration.



The following information is requested in this Sources Sought (SS) announcement:



1. Firm’s name, address, email address, website address, telephone number, and point of contact.



2. Firm’s CAGE Code and UEI number.



3. Company size (Small or Large), in accordance with the NAICS 238910.



4. If a Small Business, specify if your company is any of the following: Small Disadvantaged Business, Service-Disabled Veteran Owned Small Business (SDVOSB); Veteran Owned Small Business, HUBZone Small Business; 8(a) Small Business concern; or Women-Owned Small Business.



5. Firm’s interest in providing a proposal as the prime contractor on the pending solicitation once issued.



6. Experience: Evidence of capabilities to perform work comparable to that required for the seed project.



The work expected for the seed project includes but is not limited to:



a) Abatement of hazardous materials and environmental liabilities.



b) Demolition of fuel tanks, utility plants, utilities, paving, communications infrastructure, and temporary Helipad.



c) Construction of storm drainage and detention as well as backfill and establishment of turf.



d) Decommissioning of medical air, vacuum, and gas systems and medical low-voltage systems.



e) Decommission HVAC systems, wastewater systems, laboratory systems, fire suppression systems, hydraulic elevators, and diesel fuel tanks.



f) Change lock-cores on exterior doors and securely cover required signage and lettering.



7. Provide a maximum of 3 recent (within the last 6 years) relevant/comparable projects and describe how they are similar to this project. Include the project name; when the project was completed; dollar value of the project; description of the key/salient features of the project, identify the contracting office & the customer/user (include POC information). Construction Bonding level per contract and aggregate construction bonding level, both expressed in dollars.



The responses must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience, and capabilities. If a response does not clearly demonstrate that the respondent meets the qualifications, possesses the necessary skills, experience, and capability the response will not be considered as confirmed capability for the purposes of market research.



Please send your Sources Sought responses via email to jay.b.denker@usace.army.mil and jeri.l.halterman@usace.army.mil. Submissions should be received by 10:00 a.m. Central Standard Time, January 10, 2024.


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING DIV CORPS OF ENGINEERS 601 E 12TH ST
  • KANSAS CITY , MO 64106-2896
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 15, 2023 09:19 am CSTSources 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 >