Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

Y -- SATOC for Lakes and Dams, General Construction or Design/Build

Notice Date
1/20/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN11R0013
 
Response Due
2/7/2011
 
Archive Date
4/8/2011
 
Point of Contact
sandra savage, 912-652-5400
 
E-Mail Address
USACE District, Savannah
(sandra.g.savage@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Single Award Task-Order Contract (SATOC) for Lakes and Dams General Construction or Design/Build 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, and Mississippi). Projects will typically be located in the Lakes and Dams facilities within Georgia and South Carolina; however performance of work is not solely restricted to such. This acquisition is being offered as Service Disabled Veteran Owned Small Businesses Set Aside. For this procurement only Service Disabled Veteran Owned Small Businesses that have a bonafide office located within Region IV (GA, AL, NC, TN, MS, FL, KY, and SC) are eligible to bid this solicitation. This is a requirement to perform work in the states of Georgia and South Carolina. The life of the basic contract is for a base period of three (3) years with two (2) one-year option periods not to exceed the maximum contract amount of $14.5Million; 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: Single Award Task-Order Contract (SATOC) for Lakes and Dams General Construction and Design/Build Construction is intended to provide rapid response to remediation of real property for new construction, rehabilitation, maintenance or repair of situations relating, but not limited to, general construction, civil, mechanical, plumbing, structural, electrical, HVAC, utility systems, instrumentation, security and safety construction for Government Lakes and Dams facilities in a cost effective manner. Task orders for construction, design-build, equipment repair, equipment replacement or installation of GFE (Government Furnished Equipment) may be placed against the contract. Work may include, but not be limited to: Facility Construction: New construction, studies/inspections, maintenance, rehabilitation, repair, and replacement of mechanical & electrical equipment and systems. All work will be civil works projects to include but not limited to work performed at Hydropower Generating Facilities, Lock and Dams, Oxygen Plants, Natural Resources & Recreational Facilities (e.g. comfort stations, gate attendant stations, camp sites), Storage Facilities, overhead cranes, gates (e.g. head, spillway, etc...), and Office Facilities. Roofs: New, replacement and repair of roof and roofing systems. Work will include but shall not be limited to gutters, downspouts, flashing, fascia and soffits. Incidental damage (e.g. ceiling replacement, painting and carpet cleaning) as a result of roof leaks. Anti-Terrorism Force Protection of new and existing facilities: Building and site security for both new and retrofit construction (e.g. site layout, security design, building construction, security equipment, threat development, level of protection, and design constraints and communications) Horizontal Construction: Work can also include the following, but not be limited to: Roads, streets, concrete/asphalt aprons, sidewalks, landscaping, sodding, pedestrian bridges, parking lots, traffic lines and traffic markings. Site preparation, clearing & grubbing, surveying, fencing, storm water management and erosion control. Mechanical & Electrical Construction: Work can also include, but not be limited to the following: HVAC systems, plumbing systems, waste water drainage systems, fire alarm, fire protection sprinkler systems, fire suppression systems, back flow preventers, all devices, equipment and components associated with constructing and installing these systems. Installation of and experience with hydraulic valves, transformers, compressors including motors, generator equipment including coils, switchgear. Work will also include instrumentation replacement and upgrades. Work may include incidental damage (e.g. electronic components replacement) as a result of lightning strikes. Work may include but not be limited to the following: Interior/exterior utility systems & lines, interior/exterior high & low voltage electrical lines, communication lines, (telephone & data lines). Communication systems, security, security camera systems and cabling. Design, installation, rehabilitation and testing of new and existing emergency generator systems, elevator upgrades, switchgear with new electrical equipment (e.g. breakers), automatic transfer switches, and emergency power connections into existing electrical systems. Incidental Work: This work shall include, but is not be limited to: Demolition services incidental to the tasks performed in any of the above paragraphs, carpentry, painting, & lighting including fixtures, and similar minor electrical work that may be required to provide a complete, safe and usable facility during and after the course of mechanical, plumbing services. Testing, reports and surveys associated with new construction, renovation, rehabilitation of, repairs and additions to, facilities and buildings (including lead and asbestos), structures, roads (including traffic/pedestrian patterns), drainage systems, mechanical systems and utility systems. Restrictions: Task orders for design only or demolition only shall not be placed against the contract. 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: CORPORATE RELEVANT SPECIALIZED EXPERIENCE: This factor is equal importance to Factor2 and more important than Factor 3. FACTOR 2: PAST PERFORMANCE: This factor is equal in importance to Factor 1 and more important than Factor 3. FACTOR 3: DESIGN EXPERIENCE: This factor is the least important of all the factors. 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 rest 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 7 February 2011. 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, the Contractors can go to FedBizOpps and search for the solicitation number at www.fbo.gov. 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/W912HN11R0013/listing.html)
 
Place of Performance
Address: USACE District, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
 
Record
SN02363888-W 20110122/110120234841-3881fe8a65cda05943e1d278ce0e70f6 (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.