Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

Y -- Two-Phase IDIQ/MATOC in Support of the Mobile District Repair/Construction with Design Capabilities Program for Central America

Notice Date
9/1/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W9127815R0044
 
Archive Date
11/27/2015
 
Point of Contact
MSG April Johnson, Phone: 251-690-3354
 
E-Mail Address
April.L.Johnson@usace.army.mil
(April.L.Johnson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
In-House Advance Notice (Construction Contract) 1. Project No. W91278-15-R-0044 2. Date of Notice 1 SEP 2015 3. Date Solicitation Documents Available (Approx.) 25 SEP 2015 IN-HOUSE DISTRIBUTION ONLY 4. BIDS/OFFERS TO BE RECEIVED BY (at place specified for receipt of offers) See 6A A. TIME 2:00 P.M. B. DATE 12 NOV 2015 5.TIME FOR COMPLETION (Calendar days) A base year and four (4) twelve month options 6A. ISSUING OFFICE (Name, address, and ZIP Code) COMMANDER U.S. ARMY ENGINEER DISTRICT, MOBILE P.O. BOX 2288 ROOM 1009/PLANS ROOM MOBILE, ALABAMA 36628-0001 RETURN NOTICE TO THIS ADDRESS 7. PROJECT TITLE AND LOCATION Two-Phase IDIQ/MATOC in Support of the Mobile District Repair/Construction with Design Capabilities Program for Central America 6B. ROOM NO. 1009 6C. TELEPHONE NO. (INCLUDE AREA CODE) (251) 690-2536 Internet Advertised Solicitation THIS PROJECT IS ADVERTISED ON AN UNRESTRICTED BASIS. This solicitation is a "Best Value", Two-Phase source selection. In Phase One, Offerors will compete for the opportunity to submit proposals for Phase Two. In Phase One, an Offeror must submit certain specified information regarding its company's past performance and technical approach. Price is not a submission requirement in Phase One. Based on the results of Phase One evaluations, the Government will select two or more of the most highly rated Offerors to participate in Phase Two. However, the Government reserves the right to reject any and/all offers. In Phase Two, Offerors will compete to determine which Offerors will be awarded an Indefinite Delivery/Indefinite Quantity (IDIQ) contract and be included in the MATOC pool. Price proposals will be submitted in Phase Two and will consist of two bid schedules: Bid Schedule No. 1 (Rates) and Bid Schedule No.2 (Seed Project Price). Following Phase Two evaluations, the Government intends to award two or more MATOCs and to award the Seed Project (Bid Schedule No. 2) to one of the awardees. However, the Government, at its discretion, is not obligated to award any MATOCs or the Seed Project as a result of the evaluations. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 236220. 10. ESTIMATED COST RANGE PROJECT A. FROM $100,000,000 B. TO $250,000,000 11. Offers Covering The Project Restricted to Small Business Yes_ __ No_X_ Subcontracting Plan Required Yes___ No X_ 13. DESCRIPTION OF WORK (Physical Characteristics) The Government intends to award two or more contracts pursuant to this solicitation. These contracts shall be Indefinite Delivery/ Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support U.S. Army Corps of Engineers, Mobile District, Military Construction and Support for Others program for Central America. This requirement is being handled by the U.S. Army Corps of Engineers, Mobile District, Mobile; Alabama. The term of each contract is limited to a base period of 12 months with four (4) option periods of 12 months each. The guaranteed minimum for each contract is $1,000. The total dollar capacity for the entire pool of contractors is $225 million over five years. Contractors shall complete all work under their contract in accordance with schedules that are established in each Task Order. Work will vary from site to site, or location, and will require extensive knowledge of construction and renovation projects. Submittal dates will be included in the individual Task Orders. These dates identify when information is due to the issuing Government office and other addresses identified in the individual Task Orders. The types and numbers of submittals and dates and places for review meetings shall be established by each Task Order under this contract. Defense Base Act (DBA) Insurance may be required for some task orders. The Government anticipates that most Task Orders will be awarded on a firm fixed-price basis prescribed in FAR 16.601. OBJECTIVE. This contract will require contractors to provide all plant, labor, equipment and materials necessary to perform construction, incidental demolition, upgrade and repair of facilities and structures. Work will typically include vertical and horizontal construction, site work, geotechnical surveys, landscaping, surveying, mapping, mechanical and electrical work for blast resistant, fortified structures; rigid and flexible paving for roads, airfields and helipads; parking lots; riverine and marine construction of floating docks, piers, and barges; dredging; construction of remote and temporary camps, firing ranges, rappel towers, shoot houses, fuel systems, ammunition storage, food storage, interior and exterior utilities to include water and sewage treatment, water wells, communications, electrical power (to include generators and solar and wind power), security (to include field fortifications, wire obstacles, bunkers, watch towers and security fencing and hardening of existing facilities) and safety of facilities. Facilities and structures may include administrative buildings, barracks, warehouses, hangers, schools, motor pools, etc. The work may involve replacement in kind, repairs, upgrades and modification work and/or new construction. It also may include incidental design and testing, and survey and abatement for lead based paint (LBP) and asbestos containing materials (ACM). Facility repairs, upgrades and construction shall conform to the requirements of the technical criteria listed in the Task Order. Task Orders may require the application of U.S. Building Codes; International Building Code (IBC); National Electric Code (NEC); Structural and Heating, Ventilation and Air Conditioning (HVAC) codes; and U.S. Department of Defense criteria that include, but are not limited to, Unified Facility Criteria (UFC) and Anti-Terrorist and Force Protection (AFTP) requirements. In addition, construction materials, including, but not limited to locally available aggregates, cements, reinforcing steel, structural lumber, block masonry products, conduit and electrical devices, pipe and plumbing fixtures, may be purchased under this contract. Some construction may occur at remote locations and close coordination will be required with both the US Army Corps of Engineers and Host Nation Military authorities throughout the life of the projects. Projects on Host Nation military installations will require that employees be vetted for security by Host Nation military authorities. The work described herein shall be accomplished through the implementation of Task Orders issued under the terms of this solicitation. Some incidental design effort may be required. The maximum size of any project is anticipated to be no more than $5 million. There will be one pool of contractors. Contractors will only compete for Task Orders against the other members of this pool. SEED PROJECT: TO BE IDENTIFIED IN PHASE TWO Field Office: U.S. Embassy San Salvador, El Salvador, Corps of Engineers Central America Resident Office Point of Contact: Mr. Alberto Montes de Oca, Phone 011-503-2501-3318 or cell 011-503-7797-1571 Project Manager: Julie Walton, 251-694-4633 PAE: Ivan Chong, 251-690-2010 Specification Engineer: Karen Williams, 251-690-2713 Contract Specialist: MSG April Johnson, 251-690-3354 Requisition Purchase Request No. 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. Contractors 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. In addition, electronic medium (CD) of the bid submittal documents will be required at each Phase. Note No. 3: 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. 4: 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. 5: 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/W9127815R0044/listing.html)
 
Record
SN03865859-W 20150903/150901235823-30fdd6977bd3f5fce5200307be9ea42c (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.