Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
MODIFICATION

Z -- IDIQ/SATOC DB for Gen Construction/Repairs Gulf Coast Area, primarily Eglin, FL

Notice Date
1/11/2018
 
Notice Type
Modification/Amendment
 
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
W91278-17-R-0043
 
Archive Date
1/24/2018
 
Point of Contact
Kelly A. Hallstrom, Phone: 2516943872, Kyle M. Rodgers, Phone: 2516903356
 
E-Mail Address
kelly.a.hallstrom@usace.army.mil, kyle.m.rodgers@usace.army.mil
(kelly.a.hallstrom@usace.army.mil, kyle.m.rodgers@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Two-Phase IDIQ/SATOC Design-Build for General Construction and Repairs for the Gulf Coast Area, primarily Eglin AFB, FL Estimated Amount FROM $500,000 TO $ 1,000,000 Receipt of Offers is 6 Mar 2018. Duration is 5 years. THIS PROJECT IS ADVERTISED UNDER SECTION 8(a) OF THE SMALL BUSINESS ACT (15 U.S.C. 637 (a)) (8(a) Competitive - Eligible to 8(a) firms based in Alabama Only) THIS REQUEST FOR PROPOSAL (RFP), IS A TWO-PHASE DESIGN-BUILD SOURCE SELECTION SOLICITATION This contract shall consist of one (1) Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) in support of renovation, repair, and new construction requirements in the Mobile District's area of responsibility, primarily Eglin AFB, FL. This SATOC is intended to provide for a full range of construction repairs and design/build construction task orders for general construction primarily supporting the work to be performed. SEED PROJECT: TO BE IDENTIFIED IN PHASE TWO The North American Industry Classification System (NAICS) code for this project is 236220. This project is a Best Value, two-phase design-build solicitation. A detailed project description and overall project performance requirements for this project will be included in the RFP package. The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree of design flexibility while meeting certain specific project requirements. The successful Contractor must design and construct complete and usable facilities, as described in the RFP documents. One solicitation will be issued covering both phases. 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. Selection of offerors for involvement in Phase Two will be based on technical approach and performance capability. Detailed project design requirements will then be added by amendment to the solicitation at the start of the Phase Two stage of the Request for Proposals. A maximum of five (5) firms will be invited to participate in the second phase. 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. Electronic medium for the bid submittal documents will not be allowed. Note No. 3: Critical path method (network analysis system) is required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $36,500,000 for the past three years. Note No. 5: 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. Note No. 6: * THIS IS A COMPETITIVE 8(a) SET-ASIDE This procurement is a Competitive 8(a) Set-Aside as established by Section 8 (a) of the Small Business Act (15 U.S.C. 637(a)). Only those firms meeting the Small Business Administration's (SBA) criterion, and have previously been certified by the SBA in the state of Alabama as an 8(a) Contractor, are eligible to compete for this procurement. It has been determined by the SBA that competition will be restricted to 8(a) firms which have a NAICS code of 236220 among their approved NAICS Codes and which are serviced by the following SBA District Office: NORTH FLORIDA DISTRICT OFFICE, 7825 Baymeadows Way, 100B Jacksonville, FL 32256 Note No. 7: 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.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-17-R-0043/listing.html)
 
Place of Performance
Address: Gulf Coast Area, primarily Eglin AFB, FL, Eglin, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04787214-W 20180113/180111230827-480c33350cfb05155000dc12353ef8c7 (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  © 1994-2020, Loren Data Corp.