SOLICITATION NOTICE
Y -- INDEFINITE-DELIVERY INDEFINITE-QUANTITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACT FOR VERTICAL CONSTRUCTION WORK FOR THE ALBUQUERQUE DISTRICT; SPA
- Notice Date
- 11/5/2009
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Engineer District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP10R0012
- Response Due
- 12/8/2009
- Archive Date
- 2/6/2010
- Point of Contact
- Francesca M. Thomas, 5053423453
- E-Mail Address
-
US Army Engineer District, Albuquerque
(francesca.m.thomas@usace.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- The U.S. Army Corps of Engineers, Albuquerque District (SPA) has a competitive requirement for an Indefinite-Delivery Indefinite-Quantity (IDIQ), Multiple Award Task Order Contract for Vertical Construction Work for incidental miscellaneous construction and related requirements for SPA, Area of Operation (AOR) to support multiple customers, including, but not limited to, Cannon Air Force Base (CAFB), Kirtland Air Force Base (KAFB), and Holloman Air Force Base (HAFB). It is the Governments intent to make multiple contract awards under a single solicitation. This solicitation will result in multiple award task order contracts entered into in accordance with Federal Acquisition Regulation (FAR) 16.504(c). The Government anticipates awarding 2 or more IDIQ contracts as a result of this solicitation. The individual task orders anticipated for this contract will be in support of customers supported by SPA. This type of procurement IDIQ MATOC is expected to help minimize design effort and related overhead expenditures and handle compressed delivery schedules. The task orders will primarily range from $125K to $5 Million per task order and will be for construction projects of varying size and complexity. Work associated with this MATOC will fall primarily under NAICS 236220 (Addition, alteration, and renovation general contractors, commercial and institutional building), size standard: $33.5 Million. Task Orders will be multi-disciplinary, including construction, renovation, repairs, preventative maintenance, environmental abatement, and operations activities. The contracts to be awarded under this MATOC are not only intended to execute new construction, but to provide a timely response to remediation of real property facilities, e.g. maintenance, repair, and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, and ventilation. The IDIQ for Vertical Construction Work will not be used for Architectural-Engineering (AE) services; however, incidental AE services may be needed for some projects. This requirement will be solicited as a HUBZone set-aside pursuant to FAR Subpart 6.205 Set-asides for HUBZone Small Business Concerns. The resultant contracts will be Firm Fixed Price contracts. The proposed contracts feature a base year and one (1) option year. Each individual task order will establish a period of performance for the individual effort. The value of the base year will not exceed $24.5 million (M) dollars, and option year one will not exceed $24.5 M. The total shared capacity of the base contract plus all potential options shall not exceed $49 M. Interested offerors must be able to bond per task order up to $5 M and bond up to $25M aggregate. Solicitation documents (Request for Proposals and all other applicable documents) will be available on or about 20 November 2009 and the approximate proposal(s) due date will be 08 December 2009. Note: These dates are subject to change. The selection process used for this solicitation will be a two-phase request for proposal. Phase I shall require the offeror to submit the offerors Experience, Past Performance, and Management Plan. Phase II shall require the offeror to submit their Technical Solution to a proposed project (Task Order 0001). No more than five (5) offerors will be selected for Phase II. Only offerors selected for Phase II will be given access to the technical specifications package for Task Order 0001. The proposals will be evaluated and award(s) shall be made utilizing Best Value Trade-off source selection policies and procedures in accordance FAR Subpart 15.3 SOURCE SELECTION. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Evaluation by the Government will result in the selection that represents the best overall value to the Government. The proposed procurement will result in a firm, fixed price contract. BIDDERS MUST BE REGISTERED with Central Contractor Registration (CCR), in order to receive a Government Contract award. To register, the CCR Internet address is: http://www.ccr.gov. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414.The solicitation will be issued in electronic format only and will be posted to Federal Business Opportunities (FEDBIZOPPS) at www.fbo.gov. All potential offerors are responsible for downloading the solicitation from the website provided. Potential offerors are responsible for checking the website for any future amendments and downloading those amendments as they occur. No separate notice will be provided. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the solicitation and applicable documentation posted at the referenced website. All responsible sources may submit a proposal at their own cost. Offerors are cautioned that this requirement may be delayed, cancelled, or revised at any time during the solicitation and/or final award process, and is subject to the availability of funds. The point of contact for this acquisition is Francesca Thomas at Francesca.M.Thomas@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP10R0012/listing.html)
- Place of Performance
- Address: US Army Engineer District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
- Zip Code: 87109-3435
- Zip Code: 87109-3435
- Record
- SN01998644-W 20091107/091105235334-e0dbe77252470d5e8408d21c84d80e26 (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 |