Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2008 FBO #2305
SOLICITATION NOTICE

Y -- HubZone Multiple Award Task Order Contract (MATOC) for Administrative Facilities in the Southwest Region (AR, AZ, CA, LA, NM, NV, OK, TX)

Notice Date
3/17/2008
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-08-R-0163
 
Response Due
4/30/2008
 
Archive Date
6/29/2008
 
Point of Contact
Kathy Snell, 817-886-1163
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(kathy.snell@usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Pre-solicitation Notice HubZone Multiple Award Task Order Contract (MATOC) for Administrative Facilities in the Southwest Region (AR, AZ, CA, LA, NM, NV, OK & TX ) The Contract Specialist for this solicitation will be Kathy Snell, 817-886-11 63; or by e-mail to Kathy.Snell@usace.army.mil. FOR INFORMATION ONLY: This project is required by the Armys Military Construction (MILCON) Transformation initiatives under the Base Realignment and Closure (BRAC), the Global Defense Posture Realignm ent (GDPR) (formerly known as Integrated Global Presence Basing Strategy (IGBPS)), the Army Modular Force (AMF) program, and the Armys Grow the Force (GTF) initiative. 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 Assistant Chief of Staff for Installation Management (ACSIM) has challenged the U.S. Army Corps of Engineers (USACE) to find ways to streamline its acquisition a nd construction processes in order to reduce costs and speed up overall delivery of projects, while at the same time providing quality facilities. The Army requires a minimum 15% reduction in cost and a minimum 20% reduction in time to occupancy. USACE, in response thereto, created eight Centers of Standardization (COS) that are not only the design centers of expertise but also will become the acquisition experts for the facility types for which the COS is assigned. Forty-one facility types were identifi ed for standardization. Of those forty-one, SWF has been assigned responsibility for the Unaccompanied Enlisted Personnel Housing (UEPH), Basic Training (BT) Barracks, Advanced Individual Training (AIT) Barracks, Warrior in Transition (WIT) barracks and a ll related Administrative Buildings and Central Issue Warehouses and General Purpose Warehouses. The primary execution of the work under the SWF COS responsibility will be based on facility-type Indefinite Delivery Indefinite Quantity (IDIQ) contracts. T he IDIQ contracts are based around current known requirements within four (4) geographic regions identified as Northwest (CO, IA, ID,IL, IN, KS, MI, MN, MO, MT, NE, ND, OH, OR, SD, UT, WA, WI, WY); Northeast (CT, DC, DE, MA, MD, ME, NH, NJ, NY, RI, VA, VT, WV); Southwest (AR, AZ, CA, LA, NM, NV, OK & TX); and Southeast (AL, FL, GA, KY, MS, NC, SC, TN) for an approximate value in excess $3.1 billion. SCOPE OF WORK: Administrative Facilities - The scope consists of but is not limited to the following administrative facilities as separate or combined tasks: The Battalion Headquarters (BN HQ) facility is comprised of administration, special functions, storage and classroom components for personnel assigned to work in those facilities. T he BN HQ is where visitors can be received and entry into the complex controlled and has a clear and convenient pedestrian access to the Barracks/Company Operations Facility (BCOFs) and Dining Facility (DFAC). BN HQ facilities shall comply with the Americ ans with Disabilities Act (ADA) Accessibility Guidelines (ADAAG) for Buildings and Facilities. BN HQs will have private offices. The BN HQ facility will provide a staff duty station at the building entrance/reception area. Every HQ BN will provide a Sec ure Communications Room with a Secret Internet Protocol Router network (SIPRNET) connectivity in accordance with latest criteria. The administrative building function is to provide soldier mission direction and operational needs requirements. This facility will operate in a similar manner as the Battalion and Brigade headquarters facilities and is intended to be similar both functionally and technically to an office building. Lawn Equipment Storage Buildings (LEB) will provide adequate storag e for maintenance equipment and materials used in the grounds-keeping and care of the BT site. The LEBs will prevent unauthorized access and protect maintenan ce equipment from outdoor elements, including rain and snow. Both the AIT and BT related construction includes Outside Areas, including a jogging track, physical training (PT) pits, vehicular and service access drives and parking areas. Exterior lighting shall be provided for parking areas, side walks, interconnecting buildings, service yards, service drives, outdoor training areas, and any required security lighting. Parking shall be provided for BN HQ staff, Company Cadre within BCOF, DFAC staf f, government and service vehicles and visitors. PT Pits will be located in close proximity of the BCOF it serves. The Soldier Family Assistance Center (SFAC) serves as a transitional facility, which bridges the gap between in the transition betwee n family assistance and assisting the soldier in personal adjustments. Soldier assistance by family members is critical element in the recovery from injuries. Child care areas, financial assistance, meeting rooms, kitchenette, chaplain and other assistan ce type functions to accommodate both the soldier and their families are provided in this facility. It is the intent of Government to issue design-build Request for Proposals (RFPs) under the contracts awarded as a result of this solicitation, wh ich may be used as the basis for subsequent RFPs/task orders at the same or other installations within the region, i.e., adapt-build and/or as fully-designed RFP/task orders. CONTRACT INFORMATION: This solicitation will be evaluated under the Tw o Phase Design Build Process. In Phase 1, interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build constru ction IDIQ contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will select no more than 6 to compete for the contract in Phase 2 of t he process. In Phase 2, the selected Offerors will submit preliminary technical design proposals for an initial task, the contract duration, a preliminary schedule and a price proposal. The Government will evaluate the Phase 2 proposals, in accor dance with the criteria described for Phase 2 in the solicitation, and award the contract to the responsible Offeror(s), 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 technical-design quality, performance capability, and cost. To meet the minimum guarantee, the Government anticipates awarding the initial task at time of contract award unless funds are not available to award. In that case, the Government will award the contract with the minimum guarantee. The following technical evaluation criteria listed are of descending importance and shall be used in this solicitation: Phase 1  Specialized Experience; Past Perfor mance; and Organization and Technical Approach; Phase 2  Volume I: Building Functional, Aesthetics and Space; Quality of Building Systems and Materials; and Sustainability Requirements. Volume II: Proposed Contract Duration and Summary Schedule; and Utilization of Small Business Concerns. All technical factors when combined are significantly more important than price. Solicitation W9126G-08-R-0163 is estimated to issue on or about 1 April 2008. Phase 1 proposals are anticipated to be due on or about 30 April 2008 (30 days from issuance of the solicitation). The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 154 2. The Small Business Size Standard is $31 Million. The Government intends to award up to 3 contracts as a result of this solicitation. In the even t that one or more of the contracts proposed for award cannot be made, the Government may award contracts with a reduced capacity and re-advertise the remaining capacity under a full and open solicitation. If only one of the proposed contracts under this MATOC can be made, the Government reserves the right to award a SATOC with a reduced capacity and re-advertise the remaining capacity under a full and open solicitation. The Government reserves the right to award only the initial task as a c-type, stand alone contract if it is determined that firms responding do not have the past performance, required bonding, or demonstrated experience for a contract of this magnitude. The remaining capacity would then be advertised as a full and open competition. 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 contract capacity limit is reached, or 5) the contract is T erminated for Convenience of the Government. It is anticipated that any remaining capacity from awarded contracts with documented unsatisfactory performance may be distributed among the remaining contractors with a record of satisfactory performance. The Government reserves the right to award additional contracts for the MATOC pool from a separate solicitation. Other solicitations for similar work in this same region may be advertised to meet the Governments needs for this facility type. Once the cont racts under this solicitation are awarded and there is duplicative coverage for this facility type in the same region, any requirement less than $15 million will be evaluated first for advertisement under any set-aside contract or pool of contracts prior. The Government will consider the current workload under the set-aside contract, performance on previous task orders, and the small business firms ability to obtain additional boding prior to making a determination. The total estimated contract c apacity is $28,000,000. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to 4 Option Periods of twelve (12) months each, for a total not to exceed contract period of 60 months. The Government res erves the right to award a contract for a lesser duration than stated herein if it is determined in the best interests of the Government. The minimum guarantee will be $ 5,000. The minimum guarantee amount will be applicable to the base period only. Fun ds above the minimum guarantee will be obligated with the issuance of task orders. The minimum task order limitation is $10,000. The maximum task order limitation for the contracts is $6,000,000. The maximum combination of orders is $12,000,000. The G overnment reserves the right to exceed the stated maximum task order limitation. Task orders issued as a result of this contract will be firm-fixed price. The solicitation will be a negotiated acquisition. There will be no public bid opening. Th is solicitation is set-aside for HUBZone small businesses only. Plans and specifications will not be provided in a hard paper copy. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federa l Technical Data Solutions (FedTeDS) system. 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. Registratio n 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 al l amendments from the Internet after solicitation issuance at the following Internet address: http://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform &SolicitationNumber=W9126G-08-R-0163. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. If the Government elects to conduct a Pre-Proposal Conference, details regarding the Confere nce will be provided in the solicitation and posted at http://ebs.swf.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01534298-W 20080319/080317224043 (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 |
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.