Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2018 FBO #6039
MODIFICATION

Z -- Regional Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contracts In Support of Dredging and Shore Protection Projects Within the Boundaries of the South Atlantic Division

Notice Date
6/4/2018
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP18R0029
 
Point of Contact
Timohty G. Humphrey, Phone: 9042321072, Tonya M. Rogers, Phone: 9042321084
 
E-Mail Address
Timothy.G.Humphrey@usace.army.mil, tonya.m.rogers@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, tonya.m.rogers@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
(Please Note Change to Pre-Proposal Conference) A Pre-Proposal Conference will be held on or about 11 July 2018, 10:00 AM Local Time via teleconference. The call-in number is: 877-402-9753 and the ACCESS CODE is: 6546236. *Please utilize Security Code: 2873. It is requested that an email be sent to Timothy.G.Humphrey@usace.army.mil to confirm attendance by your organization. DESCRIPTION OF WORK: The U.S. Army Corps of Engineers (USACE), Jacksonville District plans to award multiple task order contracts for maintenance dredging and shore protection projects within the Boundaries of the South Atlantic Division (SAD). These contracts will be established primarily to serve the boundaries of the SAD area of responsibility. Secondarily, these contracts may be used to provide services outside of SAD in the event of emergency dredging requirements. Two groups of contractors will be awarded contracts from this solicitation. The first group will consist of Unrestricted, Other than Small Businesses (Group 1), and the second group will consist of Small Businesses (Group 2), based on the small business size standard for NAICS Code 237990. Members of the small business Group may also be considered for award in the Other than Small Business Group, if they request it. The Contracting Officer will award a minimum of two task order contracts within each group. The maximum number of contract awards within each group will be dependent upon the number of offerors whose proposals the Source Selection Authority determines to meet the requirements of acceptability as set forth in the solicitation. Award of the task order contracts will be made on the basis of proposals meeting or exceeding the acceptability standards. Pursuant to Class Deviation 2018-O0006, Evaluation Factors for Certain Multiple Award Task or Delivery Order Contracts, dated December 13, 2017, price or cost will not be evaluated at the time of task order contract award; however, price or cost will be one of the factors in the selection decision for each task order in accordance with FAR 6.505(b)(1)(ii)(E). Proposals for the IDIQ MATOCs will be evaluated in the areas of technical merit and past performance. The Technical Merit will include the following sub-factors: (1) Plant and Equipment and (2) Requirements for Small Business Firms. Past Performance will be evaluated to ascertain the probability of successfully performing the required efforts for the dredging and shore protection projects to be procured under the MATOCs. A Determination of Responsibility will also be required. Each task order contract will have a period of performance of five years, consisting of one base year and four option years. Also, Other than Small Business Firms will be required to submit a Small Business Subcontracting Plan with their initial proposals. The maximum combined capacity is $495,000,000, with $450,000,000 for the Unrestricted Group and $45,000,000 for the Small Business Group. Task Orders will range in value from $1,000,000.00 to $40,000,000.00. This solicitation will be issued on or about 22 June 2018 with proposals due on or about 24 July 2018. Solicitation will be issued in electronic format only and will be posted on the Federal Business Opportunities (FBO) website: https://fedbizopps.gov/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Federal Business Opportunities website. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to receive an award from this solicitation. The SAM website can be located at https://www.sam.gov. NAICS Code 237990, size standard $27.5 million. NOTE: TO BE CONSIDERED A SMALL BUSINESS, A FIRM MUST PERFORM AT LEAST 40 PERCENT OF THE VOLUME DREDGED WITH ITS OWN EQUIPMENT OR EQUIPMENT OWNED BY ANOTHER SMALL BUSINESS (13 CFR 121).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP18R0029/listing.html)
 
Place of Performance
Address: 701 San Marco Blvd, Jacksonville, Florida, 32207, United States
Zip Code: 32207
 
Record
SN04942447-W 20180606/180604230654-1b543f8f4107be944a01a30d9ff7fd2d (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.