Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2003 FBO #0477
MODIFICATION

Y -- Indefinite Delivery, Construction and Design/Build Construction Contract - U.S. Army Corps of Engineers, South Atlantic Division

Notice Date
3/20/2003
 
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-0010
 
Response Due
5/5/2003
 
Archive Date
7/4/2003
 
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: For additional information or assistance on this solicitation, please contact Linda Elliott, Contract Specialist, 912-652-5076. 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.usace.army.mil/ after solicitation issuance. Description of work: Construction or Design/Build Construction of security fencing, guardrails, roads, clearing and grubbing, with limited work involving security lighting and other force protection type work. Work will be performed primarily at Military Installations in Georgia. 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 $4,500,000. 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. Benning, Georgia. The contract shall be for a base period and two option periods not to exceed one year each. The to tal contract including the base period and options shall not exceed $13.5 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: Construction - Past Performance 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 - Knowledge of Locality. Offerors shall be evaluated on pr imarily on fencing Design/Build Construction SABRE, JOC, IDC and other fencing construction type contracts successfully completed or substantially completed in the last three years with the majority of the contracts performed falling within the range of $5 00,000 to $15,000,000. Factors And Weights: Factors 1, 2, and 3 are equal in weight; Factors 4, 5, and 6 are equal in weight; Factors 1, 2, and 3 are individually significantly more important than Factors 4, 5, and 6. Proposals will be evaluated using the following adjectival descriptions: Outstanding, Above Average, Satisfactory, Marginal, and Unsatisfactory. Proposals shall include sufficient detailed information to allow complete evaluation. Pricing will not be scored. Pricing shall be submitted using a unit price schedule for anticipated units of fencing, guardrail, road construction, and clearing and grubbing. The proposed unit costs will be used in all subsequent task orders and modifications. Other items of work contained in future task orders shall b e negotiated on a task order by task order basis. 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. Competition will be limited to 8(a) firms serviced by SBA Region IV District Offices (GA, Al, NC, SC, TN, MS, FL, KY) or must have an established, verifiable full time branch office (as defined by SBA) within Region IV which have 236220 among their approved NAIC Codes. Optio ns may be a part of the contract. This solicitation will be issued in electronic format only and will be available on or about April 4, 20 03on 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 responsibility to check the Internet address p rovided as necessary for any posted changes to this solicitation and all amendments.
 
Record
SN00284222-W 20030322/030320213708 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.