MODIFICATION
Z -- Regional Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Small Business Dredging Projects within the Boundaries of the South Atlantic Division
- Notice Date
- 1/14/2011
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP10R0024
- Response Due
- 2/16/2011
- Archive Date
- 4/17/2011
- Point of Contact
- Beau Corbett, 904-232-1388
- E-Mail Address
-
USACE District, Jacksonville
(beau.corbett@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Government intends to issue a master solicitation from which a minimum of two Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCS) will be awarded for Group II, Small Business Dredging Projects within the Boundaries of the South Atlantic Division (SAD). Each IDIQ contract will be for a period of one year from date of award, with options to extend four additional one-year periods, not to exceed a total of five years. Maximum order limit is $500,000,000.00 for the entire group/pool for the entire five-year period. The magnitude of construction per task order will vary and is estimated to be between $1,000,000.00 and $25,000,000.00. Scope of work will vary for each task order. The plans and technical specifications shall be provided with each individual Task Order Request for Proposal. All work shall be completed in accordance with individual task order requirements as specified in the Request for Proposal. All task orders will be competed between the contractors that receive an IDIQ Contract under this master solicitation; however, see paragraph 2.3(c) in Section 00100A of the solicitation for further details. MATOC awards will be made to the offerors whose proposals meet or exceed the Technical Acceptability requirements contained in the solicitation. Technical evaluation criteria for the IDIQ MATOCs include: (1) Plant and Equipment and (2) Evidence of Coast Guard Certification (if applicable). Small Business firms must also submit the following: (1) Proof of ownership of dredge; (2) Evidence of small business status; and (3) Evidence of ability to provide acceptable performance and payment bonds. A Determination of Responsibility will also be required (Section 00600B of the solicitation). In addition, price will be evaluated under the initial "seed" task order described in the following paragraph. The award of the initial "seed" task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). INITIAL "SEED" TASK ORDER PROJECT TITLE: Intracoastal Waterway, Jacksonville to Miami, Florida, Maintenance Dredging, 12-Foot Project, Vicinity of Matanzas Inlet, St. Johns and Flagler Counties, Florida. DESCRIPTION OF WORK: Project work consists of maintenance dredging shoal material from IWW Cuts SJ-60, SJ-61, and F-2 located in the vicinity of Matanzas Inlet. Cut F-2 shoaling lies approximately 4 miles south of Cuts SJ-60 and SJ-61 shoaling. Excavated material will be pumped to a 3,000-ft.long beach disposal area located at Summer Haven south of Matanzas Inlet between DEP monuments R-205 and R-208. Incidental work includes endangered species and turbidity monitoring. The work is located on the northeast coast of Florida in the extreme southern end of St. Johns County and in northern Flagler County. The project area lies in the vicinity of Matanzas Inlet within the waters of the Intracoastal Waterway and the Summer Haven River. The work shall take place in two dredging areas which lie approximately 4 miles apart via the Intracoastal Waterway. Magnitude of construction is between $1,000,000.00 and $5,000,000.00. THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE INCLUDING HUBZONE SMALL BUSINESSES AND CERTIFIED 8(a) SMALL BUSINESSES. The primary purpose of these contracts will be to provide services within the geographic boundaries of the South Atlantic Division in support of maintenance dredging projects. Additionally, the contracts may be used to provide emergency services outside the boundaries of the South Atlantic Division. The successful contractors awarded an IDIQ MATOC will not be obligated to submit proposals for any future task orders whether performance is within or outside boundaries of the South Atlantic Division. The solicitation will be issued on or about 14 January 2011 with proposals due on or about 16 February 2011. A site visit will be held. See FAR clause 52.236-27, Site Visit, in Volume II of the solicitation. A PRE-PROPOSAL TELECONFERENCE WILL BE HELD following the site visit. Date, time, and call-in number will be provided to all interested parties that register in accordance with the following paragraph. The purpose of the pre-proposal conference is to provide an opportunity for two-way communication between the government and the dredging industry. Everyone interested in participating shall provide their company name, individual names, telephone numbers, and e-mail addresses of all participants by e-mail to Beau Corbett at beau.j.corbett@usace.army.mil not later than the day of the site visit. In addition, it is requested that all questions be submitted in writing by e-mail to Mr. Corbett a minimum of 3 days prior to the pre-proposal teleconference. The solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You also must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov. NAICS Code 237990, size standard $20 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP10R0024/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN02360910-W 20110116/110114234404-2217a37a26c2fcba8bac323b3d0ee3e6 (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 |