Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2002 FBO #0090
MODIFICATION

Z -- MATOC FOR IDIQ DESIGN-BUILD CONSTRUCTION FOR SECURITY ENGINEERING AND HOMELAND DEFENSE FOR THE CORPS OF ENGINEERS KANSAS CITY DISTRICT WITHIN THE FOUR-STATE AREA OF KANSAS, MISSOURI, NEBRASKA AND IOWA.

Notice Date
2/28/2002
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Kansas City-Military, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
DACA41-02-R-0004
 
Response Due
3/29/2002
 
Archive Date
4/28/2002
 
Point of Contact
Pamela Wellons, 816-983-3802
 
E-Mail Address
Email your questions to US Army Engineer District, Kansas City-Military
(pamela.s.wellons@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The US Army Corps of Engineers intends to procure a maximum of two Design Build Multiple Award Task Order Contracts (MATOC)for Security Engineering and Homeland Defense for the Kansas city District within Kansas, Missouri, Nebraska and Iowa. Offerors will be required to submit a technical proposal with a separate price proposal. Contracts will be awarded to those firms providing the best value to the Government. The contracting officer intends to award based on initial offers received without discussions of such offers, although discussions may be held if in the best interest of the Government. Technical evaluation factors other than cost or price, when combined, are significantly more important than cost or price. However, as proposals become more equal, pr ice becomes more important and may become a determining factor for award. Based on best value, an award may not necessarily go to the highest rated technical proposal or to the lowest price offer. A tradeoff process may be used to determine the best overal l value. If multiple contracts are awarded, the Government may compete the work among the contractors based on performance and other factors set forth in the contract. Each awardee will be provided a fair opportunity to be considered for subsequent task or ders. Task orders under these contracts could be issued in one of the following methods: (a) Competitive RFP, Firm Fixed Price; (b) Sole Source RFP, Firm Fixed Price. ORDER LIMITATIONS: The contract duration will be for a base ordering period of one year, or until the maximum ordering capacity of $5,000,000 has been exhausted. The contract also provides for up to two optional ordering periods of one year each, or until the maximum ordering capacity of $5,000,000 for any given period has been exhausted. No s ingle task order shall exceed the amount of $5,000,000.00, and the maximum contract value, including all options, shall not exceed $15,000,000. If multiple awards are made, this will be a shared capacity. GENERAL SCOPE: Typical task orders will consist of three phases: Assess ? Design ? Construction. Assessment and design services may include, but are not limited to, security engineering and vulnerability surveys, for interagency domestic antiterrorism, force protection, and homeland defense. The services provided in these technical areas could include studies, investigations, reports, and evaluations for the modification of existing facilities; analysis of structural and mechanical systems using computer methodologies; and preparation of detailed design d rawings, specifications, shop drawings, work plans and other submittals for construction services. Disciplines required may include architectural, civil, mechanical, plumbing, electrical, structural, HVAC, instrumentation, information management systems, e nvironmental, security, and safety design. Construction services may include, but are not limited to, construction, renovation, repairs, preventive maintenance, and environmental abatement or improvements for projects outlined above. The projects will be p rimarily located in Kansas, Missouri, Nebraska, and Iowa. However, projects may be located anywhere within the Northwestern Division boundaries including installations and/or facilities under the jurisdiction or that becomes under the jurisdiction of the K ansas City District during the life of these contracts. SECURITY REQUIREMENT. Security clearances may be required on some task orders. No person shall be deemed to be eligible for access to classified information unless such access is clearly consistent wi th the interests of national security as provided for in references. Eligibility for access shall not be granted merely by reason of Federal service or contracting, licensee, certificate holder, or grantee status, or as a matter of right or privilege, or a s a result of any particular title, rank, position, or affiliation. The Contractor shall have on staff two security engineers with proper clearances in accordan ce with Department of Defense DIRECTIVE NUMBER 5200.2, April 9, 1999 DoD Personnel Security Program or the latest version. http://www.dtic.mil/whs/directives/corres/html/52002.htm Additional staff must be eligible to meet DoD 5200.2 requirements. The Contr actor must have design facilities to meet the Security and Law Enforcement Army Regulation AR 380-5 Department of the Army Information Security Program Regulation or approved certification for procedures and facilities THIS SOLICITATION IS ISSUED ON AN UNR ESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. All responsible sources may submit an offer. Small and disadvantage firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. In addition, this acquisition should provide small subcontracting opportunities for small and small disadvantaged businesses. In accordance with Federal Acquisition Regulation (FAR) Subpart 19.7, the proposed acquisition shall require that all offerors (large businesses onl y) are to submit a subcontracting plan which shall set forth small, disadvantaged and women-owned business concerns subcontracting goals that are acceptable to the Government. The subcontracting goals for the Kansas City District are: Small Business (SB) s ubcontracting goal 61.4%; Small Disadvantaged Business (SDB) 9.1%; Woman Owned Small Business (WOSB) 5%; and Historically Black Colleges and Universities/Minority Institutions (HBCU/MI) (where applicable) 10%. North American Industry Classification System (NAICS) Code is 233320 - Building Alterations, Nonresidential, Commercial and Institutional Buildings, General Construction Contractors. The small business size standard is $27.5 Million. HOW TO OBTAIN A COPY: Amendment 0001 put the solicitation on hold. Amendment 0002 will reissue the solicitation with major changes and will be issued on or about 4 March 2002 on CD-ROM only. Hard copies will not be made available. Furthermore, copies are limited to one CD-ROM per firm. Proposals will be accepted no later than 29 March 2002, 2:00 pm CST. To access our website, visit Kansas City District Contracting Division at Internet website: http://www.nwk.usace.army.mil/contract/contract.html. Questions of a technical nature can be addressed to Mr. Walter Heimbaugh (Wal ter.J.Heimbaugh@usace.army.mil) at 816-983-3306. Questions of a contractual nature can be addressed to Pamela Wellons (Pamela.S.Wellons@usace.army.mil) at 816-983-3802.
 
Place of Performance
Address: US Army Engineer District, Kansas City-Military ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00034043-W 20020302/020301082746 (fbodaily.com)
 
Source
FedBizOpps.gov 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.