SOLICITATION NOTICE
Y -- Military Ocean Terminal Concord (MOTCO) Pier 3 Pile Wrapping - RFP W91238-18-R-0038
- Notice Date
- 7/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- W91238-18-R-0038
- Point of Contact
- Kenley O. Lott, Phone: 9165575326, Tracy N. Tenholder, Phone: 9165575298
- E-Mail Address
-
kenley.lott@usace.army.mil, tracy.tenholder@usace.army.mil
(kenley.lott@usace.army.mil, tracy.tenholder@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NCIC Consent Form MOTCO Form 190-3 Supplemental USACE Instructions for NCIC Consent Form and MOTCO Form 190-3 NCIC Consent Form Instructions MOTCO Form 190-3 Instructions Appendices 1 - 16 - 7 of 7 Appendices 1 - 16 - 6 of 7 Appendices 1 - 16 - 5 of 7 Appendices 1 - 16 - 4 of 7 Appendices 1 - 16 - 3 of 7 Appendices 1 - 16 - 2 of 7 Appendices 1 - 16 - 1 of 7 Wage Determinations Supplemental Contract Requirements Statement of Work SF1442 The US Army Corps of Engineers (USACE) - Sacramento District intends to award a Competitive Contract for project "Military Ocean Terminal Concord (MOTCO) Pier 3 Pile Wrapping" via Full and Open Competition. The place of performance will be Military Ocean Terminal Concord (MOTCO), Concord, CA. The requirements for this activity are described in the Request for Proposal (RFP). In accordance with FAR 36.204(g), the magnitude of this project is between $5,000,000 and $10,000,000. The applicable Davis Bacon Wage Determination is enclosed as Attachment 3. Evaluation by the Government will result in selection of a firm whose proposal is determined to be in the best interest to the Government using a Lowest Price Technically Acceptable (LPTA) standard. Offerors' prices shall be valid for a minimum of 90 days after the date the proposals are due. Evaluation by the Government will result in selection of a firm whose proposal is determined to offer the LPTA to the Government in accordance with FAR 15.101-2. Thus, if the evaluation of the lowest priced offer deems that offer technically acceptable, then the other offers may not be evaluated for technical acceptability. Offerors are to bid on all Contract Line Items Number(s) (CLINs), including the Option CLINs. Partial proposals will be deemed unacceptable. The Technical Proposal shall include proposed: a) Experience; b) Past Performance; See Section 00 22 00 Supplementary Instructions of the SF1442. The technical evaluation will be based on four factors: Factor 1: Experience; Factor 2: Past Performance; See Section 00 22 00 Supplementary Instructions of the SF1442. Price to the Government will be evaluated and considered but will not be scored or combined with other aspects of the proposal evaluation. The proposed price will be analyzed for reasonableness. It will also be analyzed to determine whether it reflects a clear understanding of the requirements; and is consistent with the offerors' Technical Proposal. Additionally, all proposals may be analyzed for unbalanced pricing. A pre-proposal site visit has been scheduled for 0900hrs (9:00AM) Pacific on 19 July 2018 at 5110 Port Chicago Hwy, Concord, CA 94520. Pre-proposal site visit attendees shall utilize the request form preparation instructions included in this solicitation. Attendees shall complete the NCIC Consent Form and MOTCO Form 190-3 and submit the forms via AMRDEC SAFE no later than 1000hrs (10:00AM) Pacific on 16 July 2018. Failure to submit the required information by the deadline may result in denial for access to the site visit location. Offeror Inquiry and Proposal Information: Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at https://www.projnet.org/ To submit and review bid inquiry items, offerors will need to be a current registered user or self- register into the system. To self-register, go to the aforementioned web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, and enter the Bidder Inquiry Key for this solicitation listed below, your email address, and then click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. From this page, you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W91238-17-R-0038 The Bidder Inquiry Key is: QUUH96-SXNAAP The Bidder Inquiry System will be unavailable for new inquires after 23 July 2018, in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation if necessary. Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Proposals must be submitted by land mail or air courier to the address below. Hard copy submissions shall include four (4) copies of the Technical Proposal (One original and three copies) and one (1) original hard copy Price Proposal and be accompanied by a compact disk of both proposals in CD format. The hard copy and CD proposals must be received by the date and time listed in block 13 (A) of the SF1442. Any questions regarding this solicitation shall be sent via the instructions above. Questions arising after the close of ProjNet shall be directed to Kenley Lott, Contract Specialist, email: Kenley.Lott@usace.army.mil. Phone inquiries will not receive a response. Mailing Address: U.S. Army Corps of Engineers Sacramento Contracting Div Kenley Lott 1325 J Street, Suite 878 Sacramento, CA. 95814-2922
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-18-R-0038/listing.html)
- Place of Performance
- Address: 5110 Port Chicago Hwy, Concord, California, 94520, United States
- Zip Code: 94520
- Zip Code: 94520
- Record
- SN04990588-W 20180715/180713230639-17ccc32272c0c1d95bc2c81ddb5f9b88 (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 |