SOLICITATION NOTICE
Y -- Modification of Synopsis. W912HN-07-R-0101
- Notice Date
- 6/4/2008
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-07-R-0101
- Response Due
- 7/7/2009
- Archive Date
- 9/5/2009
- Point of Contact
- Constance McLamore, 912-652-5161
- Small Business Set-Aside
- N/A
- Description
- Multiple Award Task Order Contract (MATOC) for Construction and/or Design/ Build of Tactical Equipment Maintenance Facility (TEMF) for the Western Regions. The Northwest Region is comprised of the following states (CO, IA, ID, IL, IN, KS, MI, MN, MO, MT, NE, ND, OH, OR, SD, UT, WA, WI, WY), and the Southwest Region is comprised of (AR, AZ, CA, LA, NM, NV, OK & TX) The majority of work is anticipated within CA, CO, LA, MO, NM, OK, KS, TX, and WA. Work may also be performed at other Federal Facilities outside the above-stated geographical boundary on an excepted basis as determined by the Contracting Officer. A seed task order will be utilized for evaluation of PHASE II. This seed task order will be awarded to that successful Offeror whose proposal offers the best overall value. This acquisition is being offered for unrestricted competition. The life of the basic contract is for a base period of three years or $450M whichever occurs first. The pool size (number of contracts that may be awarded) is anticipated to range from 3-4 contractors. The pool of contractors which successfully receive an award will share the total contract capacity. The purpose of this procurement is to award a Multiple Award Task Order Contract (MATOC). The type of task orders to be issued shall be for Construction and/or Design/Build Tactical Equipment Maintenance Facility (TEMF). The government is using a two phase design build award process. The magnitude for the initial task order is between $100M and $250M and may include work at multiple locations. Task orders issued under this MATOC will be firm-fixed price. The initial task order may include options. Description of work: Task Orders issued under this contract will be for the design build, adapt-build, design-bid-build or the construction only, of Tactical Equipment Maintenance Facilities. These facilities will be used for the maintenance, repair, and storage of military tactical vehicles and equipment. The facilities are usually part of an overall complex centered on a vehicle maintenance facility. A major part of most projects will include extensive concrete hardstand and fencing. Development of the complex may also include all associated site development required including all site planning; clearing; grubbing; grading; installation of utility infrastructure; and, installation of roads, service access, parking, and landscaping. Heating and air conditioning will generally be provided by self-contained units. Comparable projects in the private sector that are similar to the construction contemplated include: heavy equipment maintenance facilities, vehicle fleet service facilities, and jiffy-lubes. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov. After completing CCR, in order to download RFP documents contractors and their subcontractors must register at www.fbo.gov. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate solicitation Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The evaluation factors and their importance is listed below for the initial project: The following evaluation factors for Phase I and level of importance Factor 1-1 CORPORATE RELEVANT SPECIALIZED EXPERIENCE, Factor 1-2 PAST PERFORMANCE, and Factor 1-3 TECHNI CAL APPROACH NARRATIVE. Factor 1-1 is more important than factors 1-2 and 1-3. Factor 1-2: is equal in importance to Factor 1-3 Factors 1-1, 1-2, 1-3, together are equal importance to Factor 2-1. The following are the evaluation factors and level of importance for Phase II: Factor 2-1: DESIGN TECHNICAL This factor is comprised of the following four sub-factors: 2-1-1, Building Function and Aesthetics; 2-1-2, Quality of Building Systems; 2-1-3, Site Design; and, 2-1-4, Sustainable Design. Factor 2-2 PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE. Factor 2-3 SMALL AND SMALL DISADVANTAGED BUSINESS UTILIZATION. Factor 2-1: Equal in importance to all Phase 1 factors combined. Sub-Factor 2-1-1: A most important sub-factor equal in importance to Sub-Factor 2-1-2. Sub-Factor 2-1-2: A most important sub-factor equal in importance to Sub-Factor 2-1-1. Sub-Factor 2-1-3: Slightly less important than Sub-Factors 2-1-1 and 2-1-2. Sub-Factor 2-1-4: Slightly less important than Sub-Factor2-1-3. FACTOR 2-2: Slightly less important than Factor 2-1. FACTOR 2-3: Slightly less important than Factor 2-2. All non-cost factors, when combined, are significantly more impo rtant than Price. Award will be made to an Offeror whose technical submittal and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. 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. Phase One for this solicitation will be issued in electronic format only,and will be available on or about 6 June 2008. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a42e4b97047611ad32ac62594a19e7bd&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
- Zip Code: 31402-0889
- Zip Code: 31402-0889
- Record
- SN01586613-W 20080606/080604215649-a42e4b97047611ad32ac62594a19e7bd (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 |