Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2012 FBO #3884
SOLICITATION NOTICE

Y -- Synopsis Notice Service Disabled Veteran Owned Business Request for Proposal (RFP) for MATOC for Construction Services for the USACE in SWD and its surrounding areas of AZ, AR, CA, LA, NM, OK, and TX

Notice Date
7/11/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-12-R-0083
 
Archive Date
7/26/2012
 
Point of Contact
Ashley C. Morgan, Phone: 8178861022, Derek A Gadberry, Phone: 8178861078
 
E-Mail Address
ashley.morgan@usace.army.mil, derek.a.gadberry@usace.army.mil
(ashley.morgan@usace.army.mil, derek.a.gadberry@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Pre-solicitation Notice Service Disabled Veteran Owned Business (SDVOB) Request for Proposal (RFP) for Multiple Award Task Order Contracts (MATOCs) for Construction Services for the United States Army Corps of Engineer (USACE) in Southwern Division (SWD) and its surrounding areas consisting of Arizona, Arkansas, California, Louisiana, New Mexico, Oklahoma, and Texas. The Contract Specialist point of contact for this anticipated solicitation will be Ms. Ashley Morgan at 817-886- 1022, e-mail ashley.morgan @usace.army.mil. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted above. Anticipated Indefinite Delivery - Indefinite Quantity (IDIQ) contracts are based upon the projected requirements for Southwest Division (SWD) and its surrounding areas. Estimated value for this MATOC pool is$32,100,000.00. This solicitation is one of four solicitations to be placed under the approved Acquisition Plan for construction within SWD and its surrounding areas. SCOPE OF WORK: Construction services are to include, but is not limited to: construction, renovation, repairs and alterations, preventive maintenance, environmental abatement, and operations activities. Anticipated execution of MATOC contracts are intended for new construction, design-build and design-bid-build facilities. In addition, to provide a timely response to remediation of real and personal property facilities, e.g., maintenance, repair, asbestos and lead-base paint abatement, and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection. The Fort Worth District intends to award two or more contracts within the SDVOB MATOC pool with an estimated maximum task order limitation of $6,000,000 and a minimum task order limitation of $2,500. The maximum combination of orders is $ 30,000,000. The Government reserves the right to exceed the stated maximum task order limitation. Task orders issued as a result of SDVOB contracts will be firm-fixed price. The minimum guarantee for the SDVOB MATOC contract is $2,500 that applies to the base period only. The minimum guarantee amount will be applicable to the base period only. Funds above the minimum guarantee will be obligated with the issuance of task orders. The maximum combination of orders is $ 30,000,000. The Government reserves the right to exceed the stated maximum task order limitation. Task orders issued as a result of SDVOB contracts will be firm-fixed price. CONTRACT INFORMATION: SDVOB solicitation will be evaluated under the Two Phase Design Build Process. In Phase 1, interested firms or joint venture entities (referred to as "Offerors") may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction IDIQ contract resulting from this solicitation. The Government will evaluate the performance capacity in accordance with the criteria described in Phase 1 solicitation and intends to select no more than five (5) of the Offerors to compete in Phase 2. In addition, the Government reserves the right to select more than five (5) of the Phase 1 Offerors if, in the opinion of the Source Selection Authority, consideration of additional Offerors is warranted. In Phase 2, the selected Offerors will submit preliminary technical design proposals for an initial task, the contract duration, a preliminary schedule and a price proposal. The Government will evaluate the Phase 2 proposals, in accordance with the criteria described for Phase 2 in the solicitation, and award the contract to the responsible Offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government, considering technical-design quality, performance capability, and cost. To meet the minimum guarantee, the Government anticipates awarding the initial task at time of contract award unless funds are not available to award. In that case, the Government will award the contract with the minimum guarantee. The following evaluation (rating) criteria listed below shall be used in this solicitation unless modified by amendment prior to receipt of proposals: Phase 1 - VOLUME 1: Past Performance; and Organization and Technical Approach Phase 2 - VOLUME 2: Design Technical; Proposed Contract Duration and Summary Schedule; and Small Business Participation. All technical factors when combined are significantly more important than Price (VOLUME 3). Estimated solicitation issue date is on or about 03 Aug 2012 under solicitation number W9126G-12-R- 0083. Phase 1 Proposals are anticipated to be due on or about 07 Sep 2012. (30 days from issuance of the solicitation). If the Government elects to conduct a Pre-Proposal Conference and site visit, it will be conducted after the Phase 2 selection has been made. Details regarding the Conference will be provided by amendment to the solicitation. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1542. The Small Business Size Standard is $33.5 Million. MATOC: Each task order will be awarded pursuant to FAR 16.505 Ordering and in accordance with the task order terms and conditions including the designated SOW. All contracts will remain active unless or until (1) the contractor has a documented past performance record of unsatisfactory; (2) contract expiration; (3) task order completion; (4) the capacity is reached; or (5) the contract is terminated for convenience or default by the Government. There must be a minimum of at least two awards to create this MATOC pool but, if there are not enough Offerors in this pool to establish at least two of more contract awards, the remaining contract capacity of that MATOC pool will be distributed by: (1) equally distributing the total contract capacity to the pools that have not been awarded, or (2) re-advertising the solicitation after ensuring that the evaluation criteria established in the solicitation were not overly restrictive which resulted in limiting competition. Option 1 would not be a viable solution if all other pools have been awarded. If option 1 is not viable and the evaluation criteria have been reviewed then SWD reserves the right to solicit an additional MATOC pool only for the amount of the un-awarded capacity. New market research will be conducted to determine the appropriate set-aside, if any, for the MATOC for the un-awarded capacity. Each small business synopsis and solicitation would notify potential Offerors of this reservation. The total estimated contract capacity is $32,100,000. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to 4 Option Periods of twelve (12) months each, for a total not to exceed contract period of 60 months. The Government reserves the right to award a contract for a lesser duration than stated herein if it is determined in the best interests of the Government. The anticipated solicitation will be a negotiated acquisition. There will be no public bid opening. This solicitation is set-aside for competitive SDVOB businesses only. Plans and Specifications will not be provided in a hard paper copy since electronic copy of the solicitation with specifications and drawings will be posted on Fed Biz Opps (www.fbo.gov). Offerors must be registered with the Central Contractor Registration (CCR) and not a debarred Contractor in order to be considered for a Government award contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-12-R-0083/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth, Texas, 76102-0300, United States
Zip Code: 76102-0300
 
Record
SN02799189-W 20120713/120711235034-584bcd4fc9139a950aef01e141b2590e (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.