Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2016 FBO #5193
SOLICITATION NOTICE

Z -- Department of Homeland Security / United States Coast Guard Regional Multiple Award IDIQ Construction Contract (RMACC) - RMACC Presolicitation Attachments

Notice Date
2/9/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Shore Maintenance Command (SMC), 915 Second Avenue, Room 2664, Seattle, Washington, 98174-1011, United States
 
ZIP Code
98174-1011
 
Solicitation Number
HSCG50-16-R-CGRMAC
 
Point of Contact
Mark W. Snell, Phone: 2062207413
 
E-Mail Address
mark.w.snell@uscg.mil
(mark.w.snell@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
RMACC Predecessor Contracts USCG District Map Department of Homeland Security/ United States Coast Guard Regional Multiple Award IDIQ Construction Contract (RMACC) Solicitation Number: HSCG50-16-R-CGRMAC Agency: Department of Homeland Security Office: United States Coast Guard (USCG) Location: USCG, FD&CC Det Seattle Notice Details: Solicitation Number: HSCG50-16-R-CGRMAC Notice Type: Presolicitation This notice is posted in accordance with FAR 5.2 and 36.213-2. This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries shall be submitted in writing to Mark Snell at mark.w.snell@uscg.mil no later than close of business March 1, 2016. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of nine Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The Department of Homeland Security (DHS) will approve a Business Case Analysis to adopt these contracts into the DHS Strategic Contract portfolio. As such, the contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include: United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet a majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a value below $7M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, and historical restoration. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build, One-Step Turnkey (Design-Build), and Design/Bid/Build project delivery methods will be used. Each of the nine contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is actually a part of Coast Guard District 7. This area was separated because the goverment considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the Districts to which they are aligned. After contract award, ordering authority and ordering procedures will be provided to all DHS components. All contracts awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the nine contracts, in a manner to promote a standardized method of delivery. Also the evaluation factors for each procurement will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but, separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries will be reviewed programmatically and any amendments will be issued to the solicitation as required. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. These decisions are final. For contracts that are set aside as competitive 8(a), contractors must have a bonafide place of business within the area covered by the contract. SBA acceptance letters will clarify the specific requirements for place of business. It is our intent to provide the letters with the final solicitation for these contracts. Each of the contracts will include a base year and six option years. Task order limits will range from $2,000 to $7M. As previously noted, orrdering authority will be available to any Department of Homeland Security component with appropriate warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for the nine new regional RMACCs is $1.25 Billion. Each separate multiple-award IDIQ contract (regional contract) will have a separate aggregate capacity for the duration of the contract and there will be no annual limits or limits on a "per contract basis." Up to ten individual contracts (individual contractors) are anticipated for each regional contract. As part of the source selection criteria, the goverment will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Following is a table showing the CEU assignment, the socioeconomic program set-aside, and the proposed aggregate capacity for each of the contracts: RMACC Region CEU Set-Aside Capacity Region 1, CEU Providence, 8(a) (see note* below), $150M Region 5, CEU Cleveland, SDVOSB, $150M Region 7, CEU Miami, 8(a) (see note* below), $125M Region 7.5, CEU Miami, 8(a) (see note* below), $50M Region 8, CEU Miami, HUBZone, $125M Region 9, CEU Cleveland, 8(a) (see note* below), $150M Region 11/13, CEU Oakland,SDVOSB, $275M Region 14, CEU Honolulu, 8(a) (see note*, see note ** below), $75M Region 17, CEU Juneau, HUBZone / 8(a) (see note*** below), $150M *Note on 8(a) contractors: We are working with SBA to accept contractors with a bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 14: A determination on whether to include Guam in the region is in the process of being finalized. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set-aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with a separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $7M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is our intention to award up to ten individual contracts for each region and to limit the number of offerors selected to submit phase-two proposals to no more than fifteen. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Organizational Capabilities / Technical Approach Factor 4 - Safety Note: It is anticipated that bonding capacity will evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. Phase-Two: Factor 4- Factor 4 - Technical Solution Seed Project Means & Methods Price (Regional Seed Project) THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY OF OUR INTENTION TO POST A SOLICITATION WITHIN THE NEXT THREE MONTHS. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRE-SOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. Contracting Office Address: 915 2nd Ave., Suite 2664 Seattle, WA 98174 United States Place of Performance: United States Primary Point of Contact.: Mark Snell Deputy Chief of Contracting Office Mark.W.Snell@uscg.mil Phone: 206-220-7413
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCP/HSCG50-16-R-CGRMAC/listing.html)
 
Place of Performance
Address: Various Locations - See Description., United States
 
Record
SN04014170-W 20160211/160210042105-9f4e546f70716553c81a6ff2435661bb (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.