Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contracts (MATOCs) for General Repair and Construction at Various Locations for Defense Logistics Agency (DLA) Installation Support for Distribution and Marine Forces Reserve (MFR)

Notice Date
5/15/2020 10:57:27 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT CHARLESTO CHARLESTON SC 29403-5107 USA
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP18R6000
 
Response Due
6/30/2020 10:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
Addison G. Layfield, Phone: 8433298194, Henry Wigfall, Phone: 8433298088
 
E-Mail Address
addison.g.layfield@usace.army.mil, henry.wigfall@usace.army.mil
(addison.g.layfield@usace.army.mil, henry.wigfall@usace.army.mil)
 
Description
PURPOSE OF THIS ANNOUNCEMENT: This announcement constitutes a presolicitation announcement of a proposed contract action pursuant to FAR 5.204. This is not a solicitation. No response is requested at this time. A formal solicitation will follow this announcement with full details, including a response deadline, the complete price proposal schedule, the construction plans & specifications, instructions to offerors, and the evaluation factors/basis for award. The formal solicitation will be announced anytime between 15 and 30 days after the posting of this presolicitation notice. OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSITE FOR CHANGES TO THIS NOTICE AND THE FORMAL SOLICITATION ANNOUNCEMENT. DESCRIPTION: The Government intends to award two (2) MATOCs through this solicitation, regionally separated as an East MATOC and a West MATOC. The MATOCs will each have a capacity of $124.5M independently, for a combined total of $249M. In accordance with Class Deviation 2018-O0006, Evaluation Factors for Certain Multiple Award Task or Delivery Order Contracts, dated December 13, 2017, the Government intends to award a contract to each and all qualifying offerors. A qualifying offeror is an offeror that is determined to be a responsible source, submits a technically acceptable proposal that conforms to the requirements of the solicitation, and the contracting officer has no reason to believe would be likely to offer other than fair and reasonable pricing. SCOPE OF WORK: Vertical Construction: (1) Buildings: New construction, rehabilitation, renovation and repair of buildings, building additions, pre-engineered buildings and other structures (e.g. open bay pre-engineered, storage facilities, training ranges, etc.). Building renovations to include: floors, ceilings, walls, windows, doors, painting, electrical & mechanical upgrades, furniture incidental to construction (e.g. workstations), lead, asbestos and mold remediation, interior and/or exterior painting of new and existing facilities, and work incidental to surface deterioration (e.g. patching drywall, replacing siding, trim work, etc). Structural repairs including but not limited to foundations, settlement, masonry/brick cracking, etc. (2) New construction, rehabilitation, maintenance or repair of HVAC systems, plumbing systems, waste water drainage systems, fire alarm, mass notification systems, fire protection sprinkler systems, fire suppression systems, back flow preventers, all devices, equipment and components associated with constructing and installing these systems. (3) Roofs: Replacement and repair of roof and roofing systems. Work will include gutters, downspouts, flashing, fascia and soffits as well as incidental damage (e.g. ceiling replacement, painting and carpet cleaning) as a result of roof leaks. Work may also include building envelope repairs/replacement including but not limited to exterior windows, sealants, brick veneer, mortar repointing, metal ties, mortars, expansion/control joints, etc. (4) Anti-Terrorism Force Protection of new and existing facilities: Building and site security for both new and retrofit construction (e.g. site layout, security design, building construction, security equipment, threat development, level of protection, and design constraints and communications). Horizontal Construction: (1) New construction, rehabilitation and repairs of highways, roads, streets, airport runways, concrete aprons, sidewalks, firing ranges, trails, obstacle courses, storm drainage, erosion repairs,(i.e. sinkholes, washouts), soft/hard landscaping, sodding, detection loops, bridges, parking lots, traffic lines, traffic markings, repair/replacement of storm water, sewer, lines, utility supply lines etc. (2) New construction, rehabilitation, maintenance or repair of interior and exterior utility systems and lines (main lines and lateral feeders). Work may include but not be limited to the following: Interior and exterior high and low voltage electrical lines, communication lines, (telephone & data lines), communication systems, security & security camera systems and cabling, emergency generator systems, etc. Work may also include SRM type repair of DLA fueling facilities including fuel receipt, pipeline, and dispensing systems. Incidental Work: (1) New construction, renovation, rehabilitation repair or demolition services incidental to the tasks performed in any of the above paragraphs. Work includes, but is not be limited to, carpentry, painting, lighting, and similar minor electrical work that may be required to provide a complete, safe and usable facility during and after the course of roofing, mechanical, plumbing or painting services. (2) Testing, reports and surveys associated with new construction, renovation, rehabilitation of, repairs and additions to, buildings (including lead and asbestos and other hazardous materials), structures, roads (including traffic/pedestrian patterns), drainage systems, mechanical systems and all utility systems. Perform emergency facility damage assessment surveys related to comprehensive storm, wind and flood damage. (All disciplines) (3) Perform forensic studies and corrective protocols related to water damage, mold, mildew and other hazardous building envelope failures. Restrictions: Task orders for demolition only shall not be placed against the resulting contracts. REGISTRATION: Offerors shall have and maintain an active registration in the System for Award Management (SAM) website at https://www.sam.gov to be eligible for a contract award. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If the offeror is not actively and successfully registered in the SAM database, the Government reserves the right to not make the award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/08634bc6290a47a9b5e545c67e819962/view)
 
Record
SN05659212-F 20200517/200516071015 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.