SOLICITATION NOTICE
Y -- Ft. Stewart 8(a) SATOC
- Notice Date
- 11/21/2011
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building 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-12-R-0009
- Archive Date
- 5/30/2012
- Point of Contact
- Amy R. Braun, Phone: 912-652-5900
- E-Mail Address
-
amy.r.braun@usace.army.mil
(amy.r.braun@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- D/B and/or General Construction 8(a) SATOC Ft. Stewart, GA FSC: Y 199 NAICS: 236220 Size Standard: $ 33.5M NOTE: Any prospective Offeror must first register in the Central Contractor Registration (CCR) at www.ccr.gov. After completing CCR registration, interested Contractors and their subcontractors must then register at https://www.fbo.gov in order to obtain RFP documents, plans and specifications for this solicitation. Contractors that have an existing FedTeds account should be able to use their existing logins to search for the solicitation number once it is released at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the Fed Biz Opps site. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Offeror's responsibility to check the Internet address provided as necessary for any amendments that may be posted to this solicitation. For additional information or assistance, please contact Amy R. Braun, Contract Specialist, (912) 652-5900 or via e-mail at amy.r.braun@usace.army.mil. Technical Questions should be addressed to: Mr. Vicki Gatling, (912) 652-5557 Single Award Task Order Contract (SATOC) for General Construction and Design/Build Construction is intended to provide rapid response for new (vertical) construction for various building types, single or multi story, for general or specialized purposes (i.e. climate or security controlled facilities, training facilities), design-build or construction only; or renovation work to existing buildings - complete or phased renovation (renovation of one area while another area of the building is occupied and functioning). Most general construction projects would also include limited site work. Projects may also consist of Design and/or construction only of new (horizontal) construction, and rehabilitation work of airport runways, taxiways, helipads, concrete aprons, athletic and running tracks, storm drainage, traffic and signalization, traffic control devices and traffic studies. This acquisition is being offered through 8(a) competition in Region IV to interested firms with 236220 as an approved NAICS Code. Only one award will be made from this solicitation to the Offeror whose proposal represents the best overall value and is determined to provide the most benefit to the Government. The awarded contract will be for a base period of three years with two one-year option periods or $16.5M, 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 - $2M. Task orders issued under this SATOC will be firm-fixed price. 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 firms 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 significantly more importance than Factor 2. FACTOR 2: DESIGN EXPERIENCE: This factor is significantly less important than Factor 1. Price: All non-cost factors, when combined, are equally important to Price. Price will not be rated, but will be a factor in establishing the competitive range prior to discussions (if held) and in making the best value decision for award of any resultant contract. Award will be made to the Offeror whose proposal contains the combination of those criteria offering the best value to the Government. Best value will be determined by a comparative assessment of proposals against all source selection criteria in the RFP. The Government reserves the right to accept other than the lowest priced offer and to reject any and all offers. 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 19 December 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-12-R-0009/listing.html)
- Record
- SN02626759-W 20111123/111121234247-915451d051c75054f4e4e396a3c3b596 (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 |