SOLICITATION NOTICE
Y -- $95M IDIQ MATOC DBB and DB UMMC, Small MILCON, and Large FSRM Projects
- Notice Date
- 2/25/2019
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Attn: CENWS-CT PO Box 3755 Seattle WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW19R0007
- Point of Contact
- Shawna West, Contract Specialist
- E-Mail Address
-
shawna.west@usace.army.mil
- Small Business Set-Aside
- Total Small Business
- Description
- On or about 15 March 2019, U.S. Army Corps of Engineers, Seattle District (NWS) will issue Phase 1 of a Two-Phase, Design-Build (DB)/Design-Bid-Build (DBB) Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contact (MATOC) for Unspecified Minor Military Construction (UMMC), small Military Construction (MILCON), and large Facility Sustainment Restoration, and Modernization (FSRM) projects at military and federal installations supported by NWS, in the states of Washington, Oregon, Idaho, and Montana. While the proposed MATOC focuses on use within NWS, the Government reserves the ability to allow use within the larger Northwest Division geographic boundaries on an as needed basis. The MATOC will have a base period of three years plus one two-year option period, sharing a total combined maximum contract capacity of $95M. The work contemplated under this contract will involve a broad range of new construction, repair and renovation, and both DBB and DB task orders with an estimated project size between $250K and $15M. This acquisition will be set-aside 100% for small business concerns under the NAICS 236220, Commercial and Institutional Building Construction. NWS intends to target a pool of five (5) contractors for award. Design must be accomplished by qualified, experienced, professional A-E multi-discipline firms. The A-E firms must be capable of design analysis, planning, development, CAD, BIM, COBIE, professional services, predesign site-assessment, design, geotechnical investigations and reports, environmental investigations, studies and reports, abatement and sampling, construction documentation, cost estimates, value engineering, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, and Environmental Protection Agency (EPA) compliance for hazardous material such as aircraft fuels, solvents, chemicals, asbestos, lead based paint and radon. The contractor is also required to have expertise and knowledge of the design of Force Protection (FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. A-E disciplines required to comply with the above requirements include but are not limited to: registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geotechnical (registered civil may be acceptable if certified), registered environmental (registered civil may be acceptable if certified), interior designer, certified environmental survey/design personnel, and construction management. Construction will include construction, maintenance and repair projects at US (military and civil) installations and facilities. Work under this contract is expected to include site clearing, earthwork, site drainage and utilities, roads and walks, cast in place concrete, brick masonry, block and tile masonry, building renovation, new construction, asbestos abatement, lead paint removal, structural steel, steel joists and decking, rough carpentry, finish carpentry, built in cabinetry and furniture, roofing and siding, sheet-metal work, doors, windows and glazing, window coverings, entrances and store fronts, lath and plaster, drywall, painting and wall coverings, floor tile and carpeting, a variety of mechanical/electrical work, fire extinguishing systems, fire alarm systems, intrusion detection systems, heating and air conditioning, ventilating equipment and systems, ducts and controls, boxes and wiring devices, starters, breaker panels, switching devices and transformers, lighting, primary and secondary power systems, highly specialized, extensive equipment systems, facilities construction, facilities alteration and repairs, and facilities maintenance services of significant importance. While the preponderance of the work is construction, incidentals to the work may include but is not limited to the following: stream bank and shoreline stabilization/protection, ecosystem/habitat restoration and flood damage reduction and activities related to flood control and water diversion projects. This MATOC may be used to acquire time-sensitive disaster or emergency assistance construction activities within the Seattle District's territory. The acquisition strategy will use a Two-Phase solicitation in accordance with FAR Subpart 36.3, Two Phase Design-Build Selection Procedures. In Phase 1 of the 2 Phase Design-Build Selection Procedures, interested offerors are to submit experience and past performance information demonstrating their capability to successfully execute the DB and DBB task orders that may be issued against the MATOC. At the conclusion of Phase 1, the Government will short-list no more than eight (8) offerors to be invited into Phase 2. In Phase 2 of the 2 Phase Design-Build Selection Procedures, offerors are to submit their project specific technical approach and price, and when combined with Phase 1 evaluation factors, will determine the successful offerors for the MATOC award. NWS intends to target a pool of five (5) contractors for award. Competitive negotiation procedures outlined in FAR Part 15 will be used to evaluate the proposals and select the contractors for award under the overall MATOC that are determined to be the best value to the Government. There will be no pre-proposal conference included with Phase 1 of 2. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities: https://www.fbo.gov/. Find solicitation announcement in Fed Biz Opps: https://www.fbo.gov/ 1. Use the ‘Keyword/Solicitation #' to locate the project ‘by entering the solicitation number' or use the advanced search features offered in the ‘Opportunities' tab followed by the ‘Advanced Search' tab. 2. By using the ‘login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading ‘All Files' or from the ‘Packages' tab. 4. If you want other vendors, sub-contractors or contractors to contact you, click on the ‘Interested Vendors' tab and then ‘Add me to Interested Vendors' link at the bottom of the page. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW19R0007/listing.html)
- Place of Performance
- Address: Military and Federal installations supported by NWS, in the states of Washington, Oregon, Idaho, and Montana
- Country: US
- Country: US
- Record
- SN05231882-F 20190227/190225230014 (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 |