MODIFICATION
Y -- Indefinite Delivery Order Contract for Construction and Design/Build Construction, Savannah River Basin Lakes and Dams and Fort Gordon, Georgia
- Notice Date
- 1/16/2003
- Notice Type
- Modification
- Contracting Office
- US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- DACA21-03-R-0006
- Response Due
- 3/17/2003
- Archive Date
- 5/16/2003
- Point of Contact
- Elaine Radcliffe, (912) 652-5416
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA NOTE: COMPETITION WILL BE LIMITED TO QUALIFIED SMALL BUISNESSES LOCATED IN HUBZONES. Any prospective Offeror interested in proposing for this solicitation may view and/or download this solicitation and all amendments from the Internet site http://ebs.sas.u sace.army.mil/ after solicitation issuance. Description of work: Construction or Design/Build Construction of repairs, additions, and alterations to buildings, roads, drainage systems and utility systems; and new construction of buildings, roads, drainage systems and utility systems. Work will be performed primarily at facilities associated with the Lakes and Dams of the Savannah River Basin and Fort Gordon, GA. Work may also be included for Federal Projects within the geographic boundaries of the U.S. Army Corps of Engineers South Atlantic Division. The task orders issued under this contract will be Firm Fixed Price Construction (FFP-D) or Firm Fixed Price Design/Build (FFP-D/B). Task orders are anticipated to be within a price range of $25,000 to $750,000. Design/build task orders are anticipated to be less than 5% of the total contract. For this solicitation, the Architect-Engineer firm proposed by the Offeror must be located within 180 miles of Ft Gordon. The contract shall be for a base period and two op tion periods not to exceed one year each. The total contract including the base period and options shall not exceed $9 million. The contract will be solicited and procured using a Performance Price Trade-Off (PPT) Request for Proposals (RFP) in accordance with FAR Part 15.101-1. Offerors are required to submit a price and technical proposal. Each proposal shall contain the Offeror's best technical proposal and best price. The technical proposal will be evaluated using the following factors: Factor 1: Constr uction - Past Performance, Factor 2: Construction - Experience, Factor 3: Construction - Capacity, Factor 4: Design - Specialized Experience and Technical Competence, Factor 5: Design - Staffing and Professional Qualifications, and Factor 6: Design - Know ledge of Locality. Offerors shall be evaluated on Construction and/or Design/Build Construction SABRE, JOC, and IDC contracts successfully completed or substantially completed in the last three years with the majority of the contracts performed falling wit hin the range of $5,000,000 to $15,000,000. Factors And Weights: Factors are of equal weight. Proposals will be evaluated using the following adjectival descriptions: Outstanding, Above Average, Satisfactory, Marginal, and Unsatisfactory. Proposals shall i nclude sufficient detailed information to allow complete evaluation. Pricing will not be scored. Prices submitted on a Sample Project Task Order will be evaluated for reasonableness and understanding of the Sample Project Task Order Scope of Work. Proposed percentages for Field Overhead, Field Overhead on Subcontractor?s Work, Home Office Overhead, and Bond Premium will be evaluated for reasonableness and will be applied to all future task orders and task order modifications issued under the contract. All evaluation factors other than cost or price when combined are approximately equal to cost or price. Award will be made to an Offeror whose technical submittal and price proposal contain the combination of the criteria requested that offer the best value to the Government. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. This solicitation will be issued in electronic format only and will be ava ilable on or about 10 February 2003 on the Internet at http://ebs.sas.usace.army.mil. Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Offeror?s responsibili ty to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistanc e, please contact Donna Knight, Contract Specialist, 912-652-5504 or e-mail donna.s.knight@sas02.usace.army.mil.
- Record
- SN00240620-W 20030118/030116213715 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |