Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contract (MATOC) for Operation Watershed- Recovery (OW-R) in Support of the Repair and Restoration of Construction Projects.

Notice Date
9/12/2013
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-13-R-0039
 
Response Due
11/11/2013
 
Archive Date
11/11/2013
 
Point of Contact
Carlis Jackson, 504-862-1772
 
E-Mail Address
USACE District, New Orleans
(carlis.w.jackson@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
The U.S. Army, Corps of Engineers, New Orleans District, is soliciting proposals for the Multiple Award Task Order Contract (MATOC) for Operation Watershed- Recovery (OW-R) in Support of the Repair and Restoration of Construction Projects. This procurement will be a 100% Hubzone Set-Aside, Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) with a base year and an option to extend for four additional years. Multiple contracts may be awarded. The ceiling amount of this MATOC pool is $100,000,000.00. Individual task orders issued under this MATOC are expected to be in the range of $5,000,000.00 - $30,000,000.00. The first task order will also be solicited and awarded with the MATOC. Upon award, each individual, follow-on task order will be competed amongst all awardees. Task Orders may include construction civil work projects in Southern Louisiana, that are expected to include, but are not limited to, heavy construction work for levees, floodwalls, pump stations construction or enlargement, roads, floodwalls, culvers & U-frame canal work, concrete bridge work, earthen channel enlargement & concrete lining, concrete or stone armoring, foreshore protection, etc. The NAICS Code for this work is 237990, FSC: Y1PZ. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for Best Value Trade Off process. Selection will be based on the evaluation criteria provided in the solicitation. The anticipated evaluation criteria are provided as follows. (1) Past Performance Including Safety, (2) Technical Experience including Affiliations, (3) Management and Key Personnel, (4) Financial Capability, and (5) Price. All non-cost factors are approximately equal in importance. All non-cost evaluation factors (i.e. Technical), when combined are approximately equal to cost or price. The evaluation factors and weight are subject to change in the solicitation. The solicitation will also include further detail of the evaluation factors, including any subfactors or elements, and will provide instructions for proposal submission and the basis for award. Solicitation will be issued on or about 10 October 2013. Estimated receipt of proposals will be 30 days after the issuance of the solicitation. Actual dates will be reflected in the solicitation. Once issued, the solicitation will be advertised on the federal business opportunities website at www.fbo.gov. The Government will not provide written paper copies of the solicitation. Telephone, written, facsimile, or e-mail requests for the solicitation package will not be honored. Potential offerors MUST register on FedBizOpps at www.fbo.gov/ in order to receive notification(s) and/or change(s) to the solicitation. The Interested Vendors List (IVL) will be activated and may be accessed and printed from the FedBizOpps web site. Prospective contractors who would like their company name included on the IVL list may do so on the FedBizOpps website under IVL. Potential contractors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. You will need the adobe acrobat reader software for.pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administrations Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the Government System for Award Management (SAM.gov), in order to receive a Government contract award. If you are not registered in SAM.gov, you may register on line at http://www.sam.gov. The point of contact for this synopsis is Carlis Jackson. Mr. Carlis Jackson can be reached at 504-862-1772 or carlis.w.jackson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-13-R-0039/listing.html)
 
Place of Performance
Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
 
Record
SN03184932-W 20130914/130912234956-75f00a1d1918428556200ebe8e43ca84 (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.