MODIFICATION
Y -- Two Phase Design/Build Small Business (SB) Set-Aside IDIQ/MATOC in Support of the Mobile District Military Program for Central/South Florida as well as AL, MS and FL and Other Locations in the Mobile District, South Atlantic Division.
- Notice Date
- 4/15/2014
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-12-R-0021
- Response Due
- 5/20/2014
- Archive Date
- 6/19/2014
- Point of Contact
- John Vandiver, 251-441-5599
- E-Mail Address
-
USACE District, Mobile
(john.c.vandiver@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This synopsis that was originally posted March 28, 2012, is being modified. 1. The solicitation availability date for download is being changed from TBD to April 15th, 2014. Under this solicitation, the Government intends to establish up to four (4) Small Business MATOC pools consisting of (Small Business (SB), 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), and HUBZone) with three or more contractors in each pool. All of the pools will share the total capacity of $499M throughout the life of the contract. This will be procured using a Two-Phase Best Value Tradeoff Process. Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two. Selection of offerors for involvement in Phase Two will be based upon requirements stated in Section 00 11 00. These MATOC pools are intended to provide for a full range of design/build and construction services to the Mobile District's Military and non-DoD customers located primarily within the Mobile District's military boundaries of Alabama, Mississippi, and Florida (OCONUS projects not included), to provide quick, cost effective responses to requirements for new construction, major renovations, and repair of facilities. The Mobile District reserves the right to utilize these contracts for general construction projects located throughout the boundaries of the U.S. Army Corps of Engineers, South Atlantic Division. Other states where work may be performed under this contract are Tennessee, Georgia, South Carolina and North Carolina. Potential projects include, but are not limited to: administrative facilities; academic facilities (applied and general instruction); base support and facility maintenance shops; physical fitness centers; vehicle maintenance and engine repair shops; lodging facilities (barracks, dormitories, and officers quarters); food service facilities; public safety facilities (police, fire and crash rescue); airfield structures (hangars, air traffic control towers, and rigid and/or flexible paving); and research, development and testing facilities. The work also may include incidental design, obtaining environmental permitting, obtaining building LEED certification, and survey and abatement for lead based paint (LBP) and asbestos containing materials (ACM). Facility design and construction shall conform to the requirements of the technical criteria listed in each Task Order. These objectives shall be achieved through the implementation of Task Orders issued under the terms of this contract. A seed project, quote mark 2J Building 30101 Tower Fire Protection Repairs Fort Rucker, Alabama quote mark will be included in the Best Value evaluation. Description of Seed Project: 2J Building 30101 Tower Fire Protection Repairs Fort Rucker, Alabama included in specifications. The terms of these contracts will be for a base year and four (4) twelve month options. Firm Fixed-Price task orders will be issued against these contracts. The guaranteed minimum will be $1,000 and the total capacity that will be shared between all contracts awarded from this solicitation will be $499 million over five years. This requirement is being handled by the U.S. Army Corps of Engineers, Mobile District, Mobile, AL. Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractor must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. However, all of these documents should be converted to a pdf format and be submitted via CD with your proposal. Note No. 3: For the Seed Project, Critical path method (network analysis system) is NOT required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $33,500,000 for the past three years. Note No. 5: It is anticipated that the Seed Project under this solicitation will not have bid options. However, optional bid items may be added if it is determined to be in the Government's best interest. Note No. 6: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.fbo.gov. Address questions concerning downloading of plans/specifications to the Contract Specialists indicated above. Note No. 7: A Contractor Site Visit for the Seed Project will be conducted with those offerors advancing to Phase Two. Phase Two offerors will be notified via amendment, as to when and where the site visit will be conducted. Note No. 8: The request for information (RFI) process for bidder inquiries during the advertisement period will be through the PROJNET internet based system, and specifics will be contained in the RFP solicitation package available exclusively from FedBizOpps. Other forms of communicating RFIs to the government will not be honored. The government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.) -- END --
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-12-R-0021/listing.html)
- Place of Performance
- Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36602
- Zip Code: 36602
- Record
- SN03339133-W 20140417/140415234934-972fda34eb172937473d014c3c4fd143 (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 |