Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contract (MATOC) for Construction and/or Design/Build of Physical Fitness Facilities (PFF) for the Northern Region

Notice Date
6/27/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY08R0029
 
Response Due
8/8/2008
 
Archive Date
10/7/2008
 
Point of Contact
Marcus D. Adams, 256-895-1386
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Multiple Award Task Order IDIQ Contract (MATOC) for Design and /or Construction of Physical Fitness Facilities (PFF) for the Northern Region (WA,OR, CO, UT, KS, MI, WI, IA, MO, IL, OH, VA, MD, PA, NJ, NY, and MA). This acquisition is being offered for competition limited to eligible HUBZone concerns. The proposed IDIQ contract consists of one (1) base year and four (4) option years. The MATOC contract will be solicited and procured using Best Value Trade-Off methodology based on the Two-Phase Design Build Process in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. Phase I (one) of the solicitation process will narrow the number of offerors eligible for consideration during Phase II (two) of the process, to four or fewer eligible offerors. The pool of contractors which successfully receive an award will share the total contract capacity. Task orders issued under this MATOC will be firm-fixed price. The total magnitude of this MATOC is estimated at between $25,000,000 and $100,000,000. The magnitude of the individual task orders are estimated at between $10,000,000 and $25,000,000, with some being lower and some being higher. Task orders awarded under this IDIQ contract may include options. Description of work: Task Orders issued under this contract will be for the design and construction, or the construction only, of Physical Fitness Facilities (PFF). PFF design and construction encompass but are not limited to Fitness Facilities, Natatoriums, Bowling Centers, and outdoor sports facilities. As PFFs the projects could include multi-purpose rooms, administrative offices, basketball courts, racquetball courts, running tracks, weight rooms, saunas, locker rooms with multiple showers and toilets, equipment storage, staff training rooms, central registration area, natatoriums, and enlarged mechanical room. Physical Fitness Facilities have design features focused on improving the overall health and well fare of soldiers and their dependents. Development of these facilities 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. Comparable projects in the private sector that are similar to the construction contemplated include but are not limited to: Fitness centers, YMCAs, and other sports complexes. 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 prior to submission of Phase I proposals. In order to inspect and download RFP documents without charge, contractors and their subcontractors must register at FedBizOpps, once their CCR registration is complete. The solicitation will be posted to FedBizOpps at www.fedbizopps.gov, and is available to contractors without charge, contractors can search for the solicitation by solicitation number. Contractors can register to be put on a list of interested vendors 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 for this MATOC are listed below: The evaluation factors for Phase I are: FACTOR 1 Specialized Experience, FACTOR 2 Past Performance, and FACTOR 3 Organizational and Technical Approach. FACTOR 4 Bentley BIM v8 Capabilities. The evaluation factors and their associated levels of importance for Phase II are: FACTOR 1 Design Technical, FACTOR 2 Remaining Performance Capability Proposal, FACTOR 3 Price. The Factors of each Phase will be broke down further in their associated RFP. All non-cost factors, when combined, are significantly more important 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 9 July 2008. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. The estimated Phase I Proposal Due Date is 8 August 2008 and will be officially stated in the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=82ee12775dff45d0dbe789dd3b7801d1&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN01602704-W 20080629/080627215955-82ee12775dff45d0dbe789dd3b7801d1 (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.