SOLICITATION NOTICE
Y -- Indefinte Delivery Contract (IDC) Multiple Award Task Order Contract (MATOC) for consturction services for the U.S. Army. Corps of Engineers
- Notice Date
- 1/20/2017
- Notice Type
- Presolicitation
- NAICS
- #236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
- ZIP Code
- 90017-3401
- Solicitation Number
- W912PL-17-R-0012
- Archive Date
- 3/23/2017
- Point of Contact
- Michael G. Robinson, Phone: 2134523311
- E-Mail Address
-
michael.g.robinson@usace.army.mil
(michael.g.robinson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This procurement action will result in establishing up to one Firm Fixed Price Indefinite Delivery Contract (IDC) Multiple Award Task Order Contract with up to four contractors (MATOCs) for construction services, with a base period not to exceed thirty-six (36) months and one option period not to exceed twenty-four (24) months with an overall value of $49,500,000. Construction requirements will be provided on a task order basis and shall be Firm-Fixed Price. This procurement will be a 100% set-aside exclusively for Small Business (SB). Headquarters, U.S. Army Corps of Engineers, Los Angeles District (SPL), plans to solicit offers for a MATOC for Design-Build (DB) and Design-Bid-Build (DBB) construction services as part of the SPL's Interagency Agreement (IA) with the National Reconnaissance Office (NRO), Office of Space Launch (OSL) which assigns responsibility to the Los Angeles District as the National Program Manager. Contract services will be performed at Vandenberg AFB, California; Cape Canaveral AFS, Florida; Schriever AFB, Colorado; and Los Angeles AFB, California. This project is a two-phase design-build solicitation. The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree on design flexibility while meeting certain specific project requirements. The successful Contractor must design and construct complete and useable facilities, as described in the RFP documents. One solicitation will be issued covering both phases. Phase‐One is the pre‐selection phase (this phase does not include the submission of a price proposal). Evaluation factors under Phase‐One may consist of the following: Past Performance on projects of similar nature (similar or greater scope and complexity and technical sophistication) will be a major consideration; Specialized Experience; Capability to Perform; Technical Approach, Key Personnel, including AE and Construction members. Proposals will be evaluated in Phase‐One to determine which offerors will submit proposals for Phase‐ Two and an amendment will be issued to those selected offerors (maximum of five). The detailed project performance requirements for this project will be included in the Requests for Proposals (RFP) package (Phase‐Two). Evaluation factors for Phase‐Two may consist of the following: Design Narrative (Architectural; HVAC System; Structural); Ability to schedule/execute work on multiple projects/buildings simultaneously in an expedited timeframe and limited workspace; Environmental Compliance; Sustainable Design; Quality of Proposal Submittal; and a Price Proposal. Phase‐Two proposal ratings alone will be used to determine the most advantageous proposal to the Government. Basis of award is Best Value quote mark Trade‐off. quote mark Award of the Design‐Build contract will be made to one of the five firms, which, in the judgment of the Contracting Officer, provides the best combination of design features and cost/price reasonableness. In making this determination, all evaluation factors other than cost or price, when combined, are more important than cost or price. The Government reserves the right to make award to other than the lowest price offeror, price and other factors considered. Information about the Seed project will be identified in Phase II. The solicitation will be available on or about January 15, 2015. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this Request for Proposals will be posted on www.fbo.gov All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-17-R-0012/listing.html)
- Place of Performance
- Address: Vandenberg AFB, California; Cape Canaveral AFS, Florida; Schriever AFB, Colorado; and Los Angeles AFB, California, United States
- Record
- SN04376363-W 20170122/170120233803-a849122d1d35332c02f99aab63d0821d (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 |