SOLICITATION NOTICE
Y -- Presolicitation Notice for Indefinite Delivery/Indefinite Quantity (IDIQ) Small Business Set-Aside Multiple Award Task Order Contract (MATOC)for the Kansas City District, US Army Corps of Engineers, located at Whiteman Air Force Base, Missouri
- Notice Date
- 2/25/2009
- 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, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-09-R-4013
- Response Due
- 3/16/2009
- Archive Date
- 5/15/2009
- Point of Contact
- Nicholas DeGuire, 816-389-3514<br />
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, Kansas City District, intends to issue a Request for Proposal (RFP) Small Business Set-Aside Solicitation for Design-Build Multiple Award Task Order Contract (MATOC) to firms for Construction of Military Facilities and Infrastructure. The general Scope of Work for this MATOC includes, but is not limited to: Design-Build and Design-Bid-Build Construction Work and Services, a broad range of military renovation and construction work, primarily for the Kansas City District, US Army Corps of Engineers, located at Whiteman Air Force Base, Missouri. 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 Federal Acquisition Regulations (FAR) Part 16.505(b)(2). Task Orders will include primarily Military Construction (MILCON) or Operations and Maintenance (O&M) projects, but other authorized projects under the Support for Others program may also be accomplished under the said proposed contracts. Award of Competitive and/or Sole Source Task Orders will be based on either Best Value or Lowest PriceTechnically Acceptable Offer. All orders shall be subject to negotiations to obtain a Fair and reasonable price. Delivery Orders will range from $20,000.00 to $10,000,000.00. The total of individual task orders placed against this contract shall not exceed $16.6 million with a typical task order amount of approximately $1,500,000. The government anticipates award of a minimum of three (3) individual MATOC contracts, but the Government reserves the rights to award fewer. Total combined contract capacity under the umbrella contract is planned to be $50 million. The Performance Periods for each of the Base MATOC Contracts shall be for Three (3) years. The solicitation will be evaluated under the Two 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 a MATOC 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 six (6) to compete for the contract in Phase 2 of the process. The Phase 1 Solicitation will be available on or about the week of 16 March 2009, and Proposals will be due on or about 15 April 2009 (30 days from issuance of the solicitation). 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. Typical projects may include design and construction of new, or renovated; administrative facilities, aircraft maintenance facilities, vehicle maintenance facilities, fencing, dormitories, family housing, hardstands/parking lots, utilities, drainage structures, demolitions, and site development. Projects are likely to include complex mechanical, security systems, communications, HVAC & energy controls, and electrical upgrades for both interior and exterior systems. Energy savings projects, including ground source heat pump systems for multiple facilities, to meet LEED certifications are likely to be included. One project may include Security Dog housing and training facilities with small Vet clinic. Security Force protection for setback and barriers may be required for some facilities. Asbestos and Lead based paint remediation may be required for some renovation or demolition projects. Hardstand construction may include aircraft apron or runway replacement. Projects may require short duration construction periods and proactive construction management to be successful. Responding firms should demonstrate design and construction experience in a majority of these works to be considered highly qualified. Past design and construction experience with similar type aircraft facilities and LEED are needed to be highly qualified. Proposals received in response to the solicitation and will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The solicitation will include a detailed list of Evaluation Factors, including any Subfactors or Elements, and will provide instructions for Proposal Requirements and the Basis for Award. The Phase II Solicitation will be available on or about the week of 15 May 2009, and final Proposals will be due on or about 30 May 2009. The issued solicitation(s), including any amendments, shall establish the official Opening and Closing Dates and Times. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the Pre-solicitation announcement will be modified accordingly. HOW TO OBTAIN A COPY OF THE SOLICIATION: To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. This project is 100% set aside for Small Businesses. The NAICS code is 236220. The size standard is $33.5 million. This announcement serves as the advance notice for this project. PLEASE NOTE: CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained and online registration may be accomplished at www.ccr.gov. One can also contact the Contractor Registration Assistance Center at 1-888-227-2423 for assistance with CCR. ORCA REQUIREMENTS: Offerors are required to complete ORCA requirements prior to submitting their proposal. ORACA may be accomplished at http://orca.bpn.gov. POINTS-OF-CONTACT: The point-of-contact for administrative for contractual questions is Nicholas.DeGuire@us.army.mil. The point-of-contact for questions regarding the scope of work, plans and specifications, or other technical issues is Richard.E.Whitsell@usace.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=31987ba18693cfc2994cac889132206b&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO<br />
- Zip Code: 64106-2896<br />
- Zip Code: 64106-2896<br />
- Record
- SN01757169-W 20090227/090225220744-31987ba18693cfc2994cac889132206b (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 |