Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2002 FBO #0126
SOLICITATION NOTICE

Z -- Multiple Award Task Order Contract (MATOC) For Rock Island District, States of Illinois, Iowa, Minnesota, Missouri, Wisconsin

Notice Date
4/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
DACA25-02-R-0003
 
Response Due
5/30/2002
 
Archive Date
6/29/2002
 
Point of Contact
Thomas Bales, 309-794-5661
 
E-Mail Address
Email your questions to US Army Engineer District, Rock Island
(Thomas.S.Bales@usace.army.mil)
 
Small Business Set-Aside
Partial Small Disadvantage Business
 
Description
NA This procurement is for one Solicitation, structured as a Multiple Award Task Order Contract (MATOC) resulting in the Award of a maximum of three Indefinite Delivery/Indefinite Quantity (IDIQ) construction Contracts with firm-fixed-price Task Orders. The Contract will be used for minor construction, repair, maintenance, and design/build type projects. The MATOC services are for the Rock Island District, Corp s of Engineers in the States of Illinois, Iowa, Minnesota, Missouri, and Wisconsin. Each Contract will include a Base Year period and four Option Year periods. The estimated maximum dollar value for all Contracts combined will be $3,000,000 for the Base Year period and $3,000,000 for each of the four Option Year periods, with a total maximum Contract dollar value NTE $15,000,000. Contract guaranteed minimum amounts for each of the Base Year periods will be $60,000 and for each of the Option Year periods, if exercised by the Government, will be $30,000. The anticipated range for each Task Order is between $2,500 and $3,000,000, with most Task Orders falling in the range of $50,000 and $1,000,000. The Solicitation is issued as a Partial Set-Aside for elig ible 8(a)Firms who have a bona fide place of business located within the geographical boundaries of SBA Region V (Illinois, Indiana, Michigan, Minnesota, Ohio, & Wisconsin), and SBA Region VII (Iowa, Kansas, Missouri, & Nebraska), with the remaining portio n of the Solicitation being advertised as Unrestricted, inviting full and open competition. Offerors are advised that if sufficient eligible 8(a) Firms apply, it is possible that up to three Contracts, or any combination of up to three Contracts, could be awarded to eligible 8(a) Firms. The Request For Proposal (RFP) Solicitation date is scheduled for April 30, 2002. The Contract Award will be made using Competitive Proposal negotiation procedures for achieving the Best Value to the Government through the Source Selection (Trade-off) Process; and the Award made to the Offeror whose Technical and Price Proposal combined, meets the Government's needs in the most effective, economical, and t imely manner. The Government will determine the Award of up to three Contracts based on Technical Proposals and Price Proposals submitted for a seed project. SEED PROJECT: The seed project is identified as follows: Paint North and South Walls, Building 350, Rock Island Arsenal, Rock Island, Illinois, PR 2000-0718. The estimated range of the seed project is between $25,000 and $100,000. The Technical Evaluation criteria Factors to be used to determine the Best Value to the Government in the evaluation o f the Technical Proposals in descending order of importance are: (Factor A) PAST PERFORMANCE, (Factor B) EXPERIENCE, (Factor C) COMPANY STRUCTURE, (Factor D) SMALL BUSINESS SUBCONTRACTING EFFORT, and (Factor E) SAFETY. Price Proposals submitted for the seed project will be evaluated as to price reasonableness. It is anticipated that the Offeror who is awarded the Best Value seed project will meet the Contract guaranteed minimum Base Year period amoun t of $60,000. Each of the other Offerors selected for Award of the additional IDIQ Contracts will receive Contract minimum guarantee amounts of $60,000 to be reached for the Base Year period of those Contracts. Price reasonableness that matches an Offero r's technical approach is considered critical in the Government's Price Proposal evaluation. However, Award of a Contract will not be based solely on the lowest Price. Significant, unexplained differences where proposed prices do not match a proposed tec hnical approach and risk involved, may result in a Proposal being removed from the Competitive Range. The Government reserves the right to conduct discussions with all of the offerors within the Competitive Range. The Government also reserves the right to Award any Contract(s) with or without discussions. All Technical Evaluation criteria Factors other than Price when c ombined are significantly more important than Price. After the Government evaluates the Technical and Price Proposals received, a Competitive Range will be determined by the Contracting Officer. The Competitive Range will consist of all of the most highly rated Proposals against all Technical Evaluation criteria Factors and Prices proposed. The Contracting Officer may limit the number of Proposals in the Competitive Range to the greatest number that will permit an efficient competition among the most highl y rated Proposals in accordance with FAR 52.215-1. Plans and Specifications will be provided on CD-ROM at no cost (Limit 1 CD-ROM per Offeror). Paper copies will not be available from the Government. This Solicitation will also be posted on the following World-Wide-Web internet address: http://www.mvr.usace.army.mil. Proposals will be accepted from all responsible sources. The apparent successful offeror(s) must be registered in the Department of Defense Central Contractor Registration (CCR)database. No Contract Award will be made to an offeror until this requirement is met. Offerors not already registered in the CCR database are highly encouraged to do so by calling: 1-888-227-2423, or via the following World-Wide-Web internet address: http://ccr.gov. The North American Indus try Classification System (NAICS) Subsector Codes associated with this procurement are: 233, 234, & 235, with corresponding Small Business Size Standards of $28.5 Million, $28.5 Million, & $12 Million, respectively. Technical inquiries can be directed to Mr. Robert McAfee at 309-794-5424 (Collect Calls Not Accepted). A Pre- Proposal Meeting will be held at the U.S. Army Corps of Engineers, Rock Island District, Headquarters Office with a Site Visit to the seed project immediately following, for which the actual date, time and location instructions will announced in the Solici tation for Request For Proposal (RFP).
 
Place of Performance
Address: US Army Engineer District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
Country: US
 
Record
SN00054320-W 20020407/020405213355 (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.