Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2014 FBO #4759
MODIFICATION

Z -- Regional Indefinite Delivery, Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Maintenance Dredging within the Boundaries of the U.S. Army Corps of Engineers, South Atlantic Division

Notice Date
12/3/2014
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP15Z0003
 
Archive Date
12/3/2015
 
Point of Contact
John Vohlken, 904-232-1884
 
E-Mail Address
USACE District, Jacksonville
(john.d.vohlken@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Special Notice is to conduct market research as required by the Acquisition Planning Process outlined in Part 7 of the Federal Acquisition Regulation (FAR). THIS IS NOT A SOLICITATION FOR PROPOSALS; NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS SPECIAL NOTICE. U.S. Army Corps of Engineers (USACE), South Atlantic Division (SAD) is contemplating the reissuance of the Regional Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Maintenance Dredging within the Boundaries of USACE, SAD. See http://www.usace.army.mil/Locations.aspx for boundaries of USACE, SAD. The reissued Regional Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Maintenance Dredging within the Boundaries of USACE, SAD will incorporate changes that reflect shifts in mission requirements since the last award, revisions to the FAR and applicable supplements as well as lessons learned during the administration of the initial contracts. Proposed Procurement Description: The reissued Regional IDIQ, MATOC for Maintenance Dredging within the Boundaries of USACE, SAD (hereinafter referred to as quote mark MATOC quote mark ) will be for one base year and include four option years for a maximum total period of five years. The MATOC will be valued at between $250M and $499M. Only one pool of contractors will be awarded contracts; this pool will include both small businesses and other than small businesses based on the small business size standard for NAICS Code 237990. Task orders for work that has been historically set-aside for small business will be set-aside under the MATOC in accordance with FAR 16.505(b)(2)(i)(F). Task orders will range in value from $1M to $25M. Source Selection: The award of the MATOC will be based on factors other than price; thus, competitive proposals will be requested and evaluated in accordance with FAR Part 15 and FAR Part 6.401(b)(1). The Lowest Price Technically Acceptable Source Selection Process will be used to award contracts and Task Orders under the MATOC in accordance with FAR 15.101-2 based on the following technical evaluation factors: Technical Acceptability of Equipment, Bonding and Past Performance. - Technical Acceptability of Equipment - Offerors must prove that they OWN at least one of the following: Coast Guard Certified Hopper Dredge, Coast Guard Certified Mechanical Dredge or a 14 inch or larger Cutter Suction Dredge. -Technical Acceptability of Equipment for Task Orders- Offerors must identify the MATOC approved equipment (dredge) which will perform the work as stated within the RFP. The offeror must also show that the identified equipment (dredge) is available to perform the work within the time frame stated within the RFP. - Bonding - Offerors must prove that they have at least $1M in single contract bonding capacity and provide proof of aggregate bonding capacity. - Past Performance - Offerors must prove that they have a satisfactory record of performing maintenance dredging activities. Proposed Procurement Refinements Based on Lessons Learned: The Government intends to seek approval of the following items based on lessons learned and recommendations from Industry as well as Government personnel who had significant experience with the previous MATOC. - Offerors will be given the opportunity to allow their pricing to be released within the pool of contractors after the award of each task order; however, if not ALL offerors agree then only the awardee's pricing will be releasable after the award of each task order along with the Independent Government Estimate. In addition, the Government intends to include paragraphs materially similar to the following in the MATOC regarding the release of information after the receipt of task order proposals: quote mark (a) Within two (2) working days of receipt of proposals, all contractors in the Group/Pool will be notified of the apparent successful offeror regardless of whether or not they submitted a proposal. However, the Contracting Officer reserves the rights to extend the notice period as needed. Task Orders will be awarded within 60 days from the receipt of proposals, unless otherwise stated in the task order RFP. (b) If at the time of initial review it cannot be determined as to the apparent successful offeror, no notification will be provided. Offerors who submitted a proposal will be notified within two (2) working days of receipt of proposals if additional review and/or discussions will be required. The name of the apparent awardee will not be provided until the time of award if discussions are necessary. (c) Offerors may withdraw (in writing) their proposal for any Task Order at any time prior to award of the task order in accordance with FAR 15.208(e). (d) All parties agree that the release of the name of the apparent successful offeror under the conditions described in this modification is in compliance with the Procurement Integrity Act, the Competition in Contracting Act, and the Trades Secret Act. The contractor hereby releases the Government from any and all liability under this contract for release of this information. quote mark - Request a waiver of the requirement for bid guarantees to be submitted with proposals for both the basic contract and all task orders. - Request a legal determination that task order proposals may be submitted electronically. - Incorporate all technical specifications, to the maximum practical extent, into the basic contract eliminating the need to include the same technical specifications in every task order. - Allow the use of the Continuing Contracts Clause in task orders if proper approval is granted. Specific approval will be required for each task order that includes the Continuing Contracts Clause. - Request a blanket waiver of DFARS 215.371-2 for emergency projects and projects that affect National security. DFARS 215.371-2 requires the re-advertisement of contract actions for 30 additional days that have been advertised for less than 30 days and resulted in the receipt of only one offer. Public Communication: - Once the Acquisition Plan is approved and the MATOC is initially drafted, the Government intends to hold an Industry Day to present the draft MATOC for comments and questions from Industry to increase awareness of the procurement and further refine the MATOC before the solicitation is issued. - Once the solicitation is issued, the Government intends to hold a Pre-Proposal Conference to review the solicitation requirements with Industry. - After award of the MATOC, the Government intends to continue to utilize the Federal Business Opportunities Website for issuing task orders and task order award notices. The Government will also communicate to the maximum extent practicable with contractors through electronic mail (e-mail). Response Instructions: If you are interested in participating in this procurement please respond to this Special Notice. Your response should include: your name and contact information, your firms name, which equipment types your firm owns (see list above), your firm's socioeconomic status, if applicable (i.e. Small Business, SBA Certified 8(a), HubZone, Service Disabled Veteran-Owned Small Business, etc.) and any questions you have regarding this procurement. Responses to this Special Notice must be received not later than 14 January 2015 and shall be sent to the attention of Mr. John Vohlken via e-mail to john.d.vohlken@usace.army.mil. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. After responses are received, the Contracting Officer may conduct a Follow-Up Conference to publically discuss this procurement. An amendment will be issued under this Special Notice with specific instructions if a Follow-Up Conference is to be held.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP15Z0003/listing.html)
 
Record
SN03586613-W 20141205/141203235011-1fdd6b4a3e03b66e83e96ca561b57677 (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.