SOLICITATION NOTICE
C -- Design Build Construction Services for Landscaping in the Southwestern Region, AR, CA, LA, NM, NV, OK, and TX.
- Notice Date
- 8/18/2006
- Notice Type
- Solicitation Notice
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
- ZIP Code
- 77553-1229
- Solicitation Number
- W912HY-06-R-0013
- Response Due
- 9/8/2006
- Archive Date
- 11/7/2006
- Small Business Set-Aside
- 8a Competitive
- Description
- Presolicitation Notice This solicitation is restricted to 8(a) Small Disadvantaged Business Concerns for 5-Year Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for the U.S. Army Corps of Engineers (Southw est Division) for Design-Build Construction Services, to include (but not limited to) planning, design and construction of outdoor recreation facilities, landscaping and irrigation systems as needed to enhance the new facilities located within the boundari es of our military customers in the southwest region. The Southwestern Region refers to the geographic area encompassed by the IMA/Southwest Regional Office (AR, AZ, CA, LA, NM, NV, OK, and TX). It is anticipated that a large portion of the work will be a t Fort Bliss,TX. FOR INFORMATION ONLY: These contracts are required by the Armys initiatives under the Base Realignment and Closure (BRAC), the integrated Global Presence and Basing Strategy (IGPBS), and the Army Modular Force (AMF) program, although the projects may be r equired from any Military Program. The Army must posture facilities to effectively orient combat capabilities where they can most effectively organize, train, and deploy to support ongoing operations worldwide. The execution of the work under the Militar y Construction Program will be accomplished using a product line concept for the facilities. The product line concept will be used for the construction of barracks, dining facilities, company operation facilities, headquarters buildings, vehicle maint enance shops, unit and ammunition storage facilities, aviation facilities, equipment parking areas, and other features of the program. Under the product line concept, Districts in the Corps of Engineers Southwestern and South Pacific Divisions will be as signed one or two facility types and will be responsible for awarding Design-Build IDIQ contracts for their assigned type of facility (product line). When there is a requirement for their facility type, each District product line team will scope, negotiat e, and award a task order to deliver the required facilities to the Program Office assigned to manage the overall project. The District product line team will assist with the administration of the task order to include design reviews, submittals, and modif ications. The design/build contractor for each product line will be responsible for maintaining current documents and incorporating into future task orders changes in army criteria as well as, modification, and clarification identified in ongoing task ord ers. The team will be responsible for keeping up with the current standards and criteria for their facility type(s). SCOPE OF WORK: The project may include design and construction of outdoor recreational facilities, landscaping and irrigation systems to enhance all product line facilities defined part of this project. The design and construction of features may also inc lude incidentals to include but not limited to pavilions, concrete slabs, trail construction, trash and smoking dispensers, bicycle racks, water fountains, exercise stations, benches, picnic table, lighting and signage. Typical work for the outdoor recreational facilities, landscaping and irrigation systems may include but is not limited to 1) planning, design, estimating, and construction 2) site planning and site verification 3) site engineering to include subsurface in vestigations, laboratory analysis, and final geotechnical report 4) pavement design 5) planting design 6) irrigations system design 7) coordination with utility providers and Land Development Engineer, and other product line contractors 8) acquiring all l ocal, state and federal permits 9) sustainable design solutions to meet a minimum LEED Silver to support the MILCON program 10) site electrical systems 11) meetings and design review conferences 12) design configuration management 13) quality control sys tems 14) safety plans 15) environmental protection t hrough the following products: environmental protection plans, incorporating protection features, environmental assessment of contract deviations, land resources plans, monitoring water resources, air resource monitoring and control, chemical materials man agement and waste disposal, recycling and waste minimization, preservation of historical, archaeological, and cultural resources, protect biological resources, integrated pest management, post construction clean-up 16) traffic control plans 17) scheduling and phasing 18) preparation of design drawings on AutoCadd and Microstation 19) and development of as-built drawings. CONTRACT INFORMATION: This solicitation will be evaluated under the Design-Build single phase process utilizing best value acquisition procedures. The Government will evaluate the proposals in accordance with the criteria described in the solicitation a nd award Multiple Award Task Order Contracts to the responsible Offerors, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government, considering tech nical-design quality, performance quality and price/cost. The following evaluation criteria listed are proposed: 1) Past Performance 2) Relevant Specialized Experience 3) Management Effectiveness and 4) Price. The North American Industrial Classification System (NAICS) code applicable to this project is 561730 (Highway, Street and Bridge Contractors) which corresponds to SIC 078M. The Small Business Size Standard is $6.5 Million. The total capacity of all co ntracts combined is estimated not to exceed $20M over a 3 year period. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to two (2) Option Periods of twelve (12) months each, for a total not to exc eed contract period of thirty six (36) months. Each contract will remain active: 1) unless the contractor has a documented past performance record of unsatisfactory; 2) until contract expiration; 3) until task order completion; 4) until the total contrac t capacity limit is reached, or 5) the contract is Terminated for Convenience of the Government. Up to four (4) MATO contract awards will be made to 8(a) Small Disadvantages Small Business contractors with a total maximum dollar limitation of $20M for all MATO contracts combined. The Government reserves the right to exceed the stated maximum dollar limitation. The minimum guarantee will be $5,000.00 for each MATO contract awarded. The minimum guarantee amount will be applicable to the base period only. Funds above the minimum guarantee will be obligated with the issuance of task orders. The minimum task order limitation will be $2500.00. Estimated solicitation issue date is on or about 8 Sep 2006 under solicitation number W912HY-06-R-0013. Proposals are anticipated to be due on or about 11 Oct 2006. If the Government elects to conduct a Pre-Proposal Conference, details regarding the Conf erence will be provided in the solicitation. The solicitation will be a negotiated acquisition. There will be no public bid opening. This solicitation is set aside as a competitive acquisition under the Historically Under-Utilized Business Zone (HUBZone) Program and for Service Disabled Veteran Owned small business concerns. Offerors must be listed on the Small Business Administration's (SBA's) current HUBZone list in order to be considered for award. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. Technical inquiries are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org\projnet . FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Contractors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912HY-06-R-0013 . It is the offerors responsibility to monitor the FedBizOpps web site an d FedTeDS web site (using the above link) for amendments to the solicitation. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offerors must be regis tered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov . All offerors are encouraged to visit the Armys Single Face to Industry Website at https ://acquisition.army.mil/asfi to view other business opportunities. Offerors shall register themselves to be included on the plan holders list. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government con tract award. To register, the CCR Internet address is: http://www.ccr.gov. The Contract Specialist for this solicitation will be Maria Rodriguez, (409)766-6331; or by e-mail at maria.e.rodriguez@usace.army.mil.
- Place of Performance
- Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Country: US
- Zip Code: 77553-1229
- Record
- SN01119718-W 20060820/060818221652 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |