Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2009 FBO #2871
MODIFICATION

Y -- South Carolina SATOC

Notice Date
10/2/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-R-0054
 
Point of Contact
Angela D. Broughton, Phone: 9126526046
 
E-Mail Address
angela.d.broughton@usace.army.mil
(angela.d.broughton@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
W912HN-09-R-0054 SC Reimbursable SATOC Synopsis Single Award Task Order Contract (SATOC), for Design/Build or Construction type task orders. Task orders issued under this SATOC can require performance of work anywhere within the South Atlantic Division Area of Operations (North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi). Projects will typically be located on military installations within South Carolina; however, performance of work is not solely restricted to such. A project requiring use of civil funds or otherwise termed as "civil construction" is not authorized under this contract. For this procurement, it has been determined that competition will be limited to 8(a) firms certified for participation in the 8(a) Program who are serviced by the SBA District Offices located in SBA Region IV; States of Alabama, Georgia, Florida, Kentucky, Mississippi, North Carolina, South Carolina & Tennessee; and who submit evidence of bonding of 20% of contact capacity amount, which has been established at $50M. 8(a) Firms that are not serviced by these district offices, but who have a verifiable "bona fide" office and employees located within the geographic area served by these district offices at the time of the FBO announcement, are elegible to submitt offers. All other firms are deemed ineligible to submit offers. The life of the basic contract is for a base period of three (3) years with two (2) one-year option periods or $50M ; whichever occurs first. The Government will use a best value Performance Price Trade-off (PPT) evaluation process in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1. The order limitation of task orders shall range between $25K and $3M. Task orders issued under this SATOC will be firm-fixed price. Description of work: Task orders placed under this SATOC may be either of a design-build nature or that of a design-bid-build (construction only) nature. Work may include but is not limited to the design and construction of various types of facilities including but not limited to, administrative, recreational, educational, religious, medical, and training type, to include ranges, as well as their corresponding support facilities. Work under this SATOC is not solely restricted to new construction but may also include repairs, renovations, alterations, or additions to existing facilities, such as those already cited, or infrastructure such as roads, parking, drainage systems, utility systems, and force protection. Evaluation Criteria: The Government will use a Performance Price Trade-off (PPT) evaluation process in rendering the best value decision for award of this contract. For this solicitation and evaluation process, interested offerors will be required to submit performance and capability proposals in conjunction with a coefficient pricing schedule for review and consideration by the Government. The evaluation factors and their relative importance for this solicitation and evaluation process are as follows: Non-cost Factors: FACTOR 1: PAST PERFORMANCE: This factor is equal in importance to Factor 2 and more important than Factor 3. FACTOR 2: CORPORATE RELEVANT SPECIALIZED EXPERIENCE: This factor is equal in importance to Factor 1 and more important than Factor 3. FACTOR 3: DESIGN EXPERIENCE : Price: All non-cost factors, when combined, are equal in importance to Price. Award will be made to that Offeror whose technical submittal and price proposal contain the combination of criteria requested which offers the best overall 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. 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. This solicitation is anticipated to be available on or about October 15, 2009. Note: The 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. Offerors must register in the Central Contractor Registration (CCR) at www.ccr.gov. After completing CCR, contractors and their subcontractors must register at www.fbo.gov in order to download RFP documents. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate this 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-09-R-0054/listing.html)
 
Record
SN01979390-W 20091004/091002235642-2971a10c59f7f941712e41fe5609d1d2 (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.