Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2011 FBO #3484
SOLICITATION NOTICE

56 -- Paving SATOC, Fort Bragg, NC

Notice Date
6/7/2011
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-11-R-0027
 
Archive Date
6/27/2011
 
Point of Contact
Jason E. Dulin, Phone: 9126525165
 
E-Mail Address
jason.e.dulin@usace.army.mil
(jason.e.dulin@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Single Award Task Order Contract (SATOC) for General Construction and Design/Build Construction is intended to provide rapid response for Horizontal Construction: new construction, rehabilitation, maintenance or repair of situations relating, but not limited to, Airfield and Heliport pavements (including airport runways, taxiways, ramps aprons, helipads and adjacent stabilized areas), highways, streets, airport runways, concrete aprons, sidewalks, stamped concrete, brick or concrete pavers, storm drainage, sodding, detection loops, pedestrian bridges, parking lots, traffic lines and traffic markings, and site preparation of Government facilities. This acquisition is being offered for Small Business competition. The life of the basic contract is for a base period of three years with two one-year option periods or $14.5M, 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 - $3M. Task orders issued under this SATOC will be firm-fixed price. Description of work: Task orders placed under this SATOC may include Asphalt and Concrete Construction, Site Preparation, Incidental work and Miscellaneous Construction, i.e. rehabilitation and maintenance or repair of athletic fields and running tracks. 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 in importance to Factor 2 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 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 27 June 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.ccc.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-11-R-0027 /listing.html)
 
Place of Performance
Address: Fort Bragg, North Carolina, United States
 
Record
SN02465992-W 20110609/110607234819-590c75fba49dfa8f4bb3bc52f2822e9a (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.