SOLICITATION NOTICE
Y -- USACE Tulsa District SDVOSB SATOC IDIQ for Construction Services (Seed TO: Road Repairs at Council Grove Lake, KS) - Package #1
- Notice Date
- 4/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-12-R-0027
- Point of Contact
- Pamela S. Moody, Phone: 9186697457
- E-Mail Address
-
pamela.s.moody@usace.army.mil
(pamela.s.moody@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Solicitaiton that includes clauses, provisions, proposal instrustions and evaluation criteria Wage Rates for Seed Task Order Seed Task Order SOW and Specs SATOC Specs OVERVIEW The Government will award one (1) Single Award TO Contract (SATOC) for general construction services in support of various military and civil works projects within the USACE Tulsa District boundaries as a result of this solicitation/request for proposal (RFP). The contract shall be in effect for a base period and up to four option periods. This will be a FAR Part 15 One-Step Best Value Design-Build (Single Award) Source Selection. When combined all non-cost factors are significantly more important than price. The Government is concerned with achieving the most advantageous balance between technical merit ("quality") and price. The degree of importance of price could become greater depending upon the equality of the technical proposals. If competing technical proposals are determined to be essentially equal, price could become the controlling factor. The SATOC will be an Independent Delivery Independent Quantity (IDIQ) contract as defined in FAR 16.504. Services will be provided on a TO (TO) basis. TOs under this contract shall be firm fixed-price (FFP). Only the Tulsa District shall issue TOs against this contract unless specifically authorized by a Tulsa District Contracting Officer. The Government is under no obligation to issue any TOs against this contract in excess of the minimum contract obligation. The minimum amount to be paid is $3,000.00. No TO will be awarded that exceeds $3,000,000.00. The sum of all TOs (contract capacity) shall not exceed $9,500,000. This SATOC is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSBs). The relevant NAICS codes are 236220, 237110, 237310 and 237990. The Size Standard is $33.5M. This SATOC is intended for multi-tasking of construction services for a wide variety of new construction, maintenance, repair, alteration and minor and major construction type tasks for military and civil works projects primarily for the Tulsa District and customers within the geographic location. The tasks include, but are not limited to, work plans, total facility renovation, new construction; repairs and alterations; preventive maintenance; installation/construction of the following systems: HVAC, plumbing, electrical, elevators, building envelope, road and pavements, fire protection, antiterrorism/force protection (ATFP); environmental abatement, utility system modifications, and operations activities. This contract is intended to execute new construction, or construction repairs of real and personal property facilities, e.g., maintenance, repair, asbestos and lead-based paint abatement, and major and minor construction situations relating to, but not limited to, architectural, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, telecommunications, and ATFP. This SATOC is not a Design-Build contract. However, Architect- Engineering Services related to maintenance, repair, and construction may be required for some submittals such as "shop drawings". A Professional Architectural or Engineering "seal" shall be required on that work. This can be done in-house or through a sub-contractor. Upon receipt of a TO, the Contractor shall provide all labor, materials, supplies, parts (to include system components), plant, supervision, equipment, and related services (except when specified as Government furnished), to perform the work as specified. Firms formally organized as construction contractors that have associated specifically for this project, consortia of firms or any other interested parties may submit proposals. Associations may be as Joint Ventures (JVs) or "team" arrangements. -------------------------------------------------------------------------------------- PROPOSAL INFORMATION Each Offeror must submit a Technical Proposal that includes the following: • Performance Capability for the SATOC demonstrating their capability to successfully execute the type of projects described above. The Government will evaluate the Proposal in accordance with the criteria described in the Solicitation. • Performance Capability for Seed TO described below. The Government will evaluate the Proposal in accordance with the criteria described herein. SEED TO: Kansasview Park Road Repairs at Council Grove Lake, KS. The work shall consist of stripping existing shoulder material, scarifying, shaping and compacting existing pavements, application of prime and tack coats, placing aggregate base course, aggregate shoulders and hot mix asphalt, striping, removing existing wheel stops and placing new wheel stops, in the Kansaview Public Use Area at Council Grove Lake, Kansas. Option work includes milling, aggregate base course work, prime & tack placement, aggregate shoulders, hot mix asphalt, striping, wheel stop replacement for the Project Office Parking Lot & Access Road as well as the Neaosho PUA. All work under this TO shall be performed per the requirements of the Kansas Department of Transportation Standard Specifications for State Road and Bridge Construction, 1990 edition, including all additional special provisions since issued, unless otherwise modified by this TO. Each Offeror must submit a Seed TO Price Proposal for the Seed TO described above. The Government will evaluate the Seed Order Price Proposal in accordance with the criteria described in the Solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-12-R-0027/listing.html)
- Place of Performance
- Address: USACE Tulsa District Boundaries, United States
- Record
- SN02726594-W 20120421/120420000237-00a661442745f31dbd60a405801232c8 (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 |