SOLICITATION NOTICE
Y -- Multiple Award Task Order Contract (MATOC) for General Construction,Design-Build Work US Army Corps of Engineers,Seattle District,Including Washington,Oregon, Idaho, and Montana
- Notice Date
- 10/29/2007
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW08R0005
- Response Due
- 12/14/2007
- Archive Date
- 2/12/2008
- Point of Contact
- Dawn R Hickman, 206-764-6575
- E-Mail Address
-
Email your questions to US Army Engineer District, Seattle
(dawn.hickman@us.army.mil)
- Small Business Set-Aside
- 8a Competitive
- Description
- THIS IS NOT A REQUEST FOR PROPOSALS. The U.S. Army Corps of Engineers, Seattle District, intends to issue a competitive set-aside for Section 8(a) small business concerns, as authorized under FAR 19.1(b)(2) and FAR 19.8, for a Design-Build Multiple A ward Task Order Contracts (MATOC) to firms for Construction of Military Facilities and Infrastructure, primarily within the boundaries of the Seattle District, and throughout the Northwestern Division US Army Corps of Engineers, including the states of Was hington, Oregon, Idaho and Montana. As requirements develop, Requests for Proposals (RFPs) for Task Orders will generally be issued on a Competitive Basis, however the Government may issue Task Orders on a sole source basis in accordance with FAR Part 16 .505(b)(2). Task Orders will primarily include Military Construction (MILCON) or Operations and Maintenance (O&M) projects. The task orders will range from $100 thousand to $10 million dollars, and will be utilized for projects of varying size and complex ity. Task orders will include major construction, design-build, multi-disciplinary maintenance and repair, major and minor construction work and will include a variety of trades such as carpentry, road repair, roofing, excavation, interior/exterior elemen ts, mechanical, electrical, steam welding, asbestos and lead paint abatement incidental to construction and project design. Up to Five (5) contracts will be awarded, and the total dollar capacity shared between the firms will not exceed $100 million. The Performance Periods for each of the Base MATOC Contracts shall be for Three (3) years, with no option periods. The Solicitation will be available on or about 14 December 2007, and Proposals will be due on or about 1 February 2008. The issued solicitation, including any amendments, shall establish the official Opening and Closing Dates and Times for receipt of proposals. Proposals received in response to this solicitation will be evaluated to determine the best value in accordance with procedures outlined i n Federal Acquisition Regulations (FAR) Part 15. The solicitation will include a detailed list of Evaluation Factors, including any Sub factors or Elements, and will provide instructions for Proposal Requirements and the Basis for Award. Any changes to Eva luation Factors will be issued by amendment. The North American Industry Classification System (NAICS) Code for this project is 236220. With a size standard of $31,000,000.00 This MATOC will be a competitive set-aside for Section 8(a) small business conce rns, as authorized under FAR 19.1(b)(2) and FAR 19.8. Competition for this procurement is limited to eligible 8(a) firms in good standing that are located in Small Business Administration (SBA) Region 10 (Washington, Oregon, Idaho and Alaska) as well as e ligible 8(a) firms in good standing that are located outside of SBA Region 10 but that have a Bona fide branch office in Region 10. A Bona fide branch office is a place of business for purposes of 8(a) construction procurements located where an 8(a) parti cipant regularly maintains an office which employs at least one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or other temporary construction sites. In addition, all 8(a) firms must be currently registered and in good standing as a certified 8(a) program participant at the time proposals are due and at the time of contract award. HOW TO OBTAIN A COPY OF THE SOLICITATION: This solicitation for this project will be issued in electronic format only and will be available for download on the FedTeDS website at https://www.fedteds.gov on or about 14 December 2007. No CDs or HARD COPI ES WILL BE AVAILABLE. Note: Plan Rooms, Printing Companies, and various Trade Associations frequently register as Plan Holders for electronic solicitations, and make them available in printed or CD-ROM format for a fee. Potential offerors with limited prin ting or down loading capabilities should consider these alternatives. Offerors are responsible for checking the Web Site frequently for any update(s) to this Pre-Solicitation Announcement or Amendments to the Solicitation. The website is occasionally inaccessible due t o maintenance. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST click the Reg ister to Receive Notifications button in the listing for this solicitation on FedBizOpps and fill in your email address. If you would like to list your firm so others can see you are an interested vendor, you must click the Register as Interested Vendor b utton in the listing for this solicitation on FedBizOpps and fill in your information; you can show Prime/Sub/Supplier in one of the address or POC lines. NEW CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contracto r Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained, and online registration may be accomplished, at www.ccr.gov. By submission of a proposal, a offeror acknowledges the requirement to be register ed in the CCR database prior to award; during performance; and through final payment of any contract resulting from the solicitation. Refer to CCR clause 252.204-7004. PROSPECTIVE CONTRACTORS MUST BE REGISTERED WITH CCR PRIOR TO AWARD OF ANY CONTRACT. The CCR web page address is www.ccr.gov, or one may telephone 1-800-227-2323 for the Contractor Registration Assistance Center. Other information regarding registration can be obtained through CCR Assistance Center at 1-888-227-2423 or through the internet at http://ccr.dlsc.dla.mil/ccr/ . A paper form for registration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. ORCA REQUIREMENTS: There is a new Federal initiative called Online Representations and Certifications Applic ation (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in Section 00600 of const ruction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for contract award and prior to bidding, a firm must be registered in the database. Please register Representations and Certif ications at http://orca.bpn.gov Detailed information can be found in cited FAR Case, as well as by visiting the help section of the ORC A website at http://orc a.bpn.gov . The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Prior to bidding, vendors must complete online Representations and Certifications. To do so requires CCR registration, including an MPIN number. Inst ructions may be obtained, and required information may be entered, at http://orca.bpn.gov for additional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=1 65 or the FedBizOpps postings at http:www2.fbo.gov/spg/USA/COE/DACA67/postdateToday_1.html
- Place of Performance
- Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Country: US
- Zip Code: 98124-3755
- Record
- SN01442554-W 20071031/071029223623 (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 |