Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2002 FBO #0200
MODIFICATION

Z -- Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Construction

Notice Date
6/18/2002
 
Notice Type
Modification
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
DADA08-02-R-0006
 
Response Due
8/8/2002
 
Archive Date
9/7/2002
 
Point of Contact
JODEY EDWARDS, 706-787-3894
 
E-Mail Address
Email your questions to Southeast Regional Contracting Office
(Jodey.Edwards@se.amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA INDEFINITE DELIVERY / INDEFINITE QUANTITY (IDIQ) SOLUTION ORDER CONCEPT MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) for the following Medical Treatment Facilities (MTF) locatd at Fort Gordon, GA; Fort Campbell, KY; Fort Stewart, GA; Fort Jackson, SC; Fort Rucker, AL; Fort Benning, GA; Redstone, AL; and Fort McPherson, GA. This is a 100% Small Business Set-Aside for those contractors servicing the southeast United States which have a NAICS Code Sector 233, 234, and 235. All other firms are deemed ineligible to submit offers. This solicitation will result in the award of three to five contracts to small business contractors who provide the most advantageous, responsive and responsible proposal resulting in the best value to the government, price and other factors considered. It is the intention of this acquisition to procure renovation, alteration, repair, construction and build solution capability by means of an Indefinite Delivery / Indefinite Quantity (IDIQ) Solution Order Concept Multiple Award Construction Contract (MACC). This acquisition is for a base year of twelve months for a maximum value of $10 million. The contract contains two twelve-month options for a total maximum duration of thirty-six months or a value of $30 million whichever comes first. Phase I of the procurement process is a narrowing phase to approximately three to five offerors based on factors that include: Past Performance, Technical Qualifications, Management & Organization, Scheduling. Phase I factors relate to the base year and tw o option year IDIQ contract requirements for general building type projects including administrative, training, hospital, clinic, and community support type facilities, not just the seed project identified in the RFP. Only those offerors selected in Phase I will be allowed to proceed into Phase II. In Phase II, the competitive field will be required to submit additional information on Factor B (Technical/Management) and price proposals for a ?seed? project, which has been identified as Replace Air Handling Units (AHU) at Bldg 9200, 3, 5, 6 & 13 floors at Martin Army Community Hospital at Fort Benning, GA. The estimated price range for the seed project is $250,000 - $500,000. The Government may choose to award the seed project based on initial proposals wit hout holding discussions. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any one or all proposers; to award the seed project to other than the proposer submitting the lowest total price; and t o award contracts to the three to five proposers submitting proposals determined by the Source Selection Authority to be the most advantageous, best value, to the Government. Price proposals will include total evaluated price (price of seed project plus mo dification markups). The best value proposal for the seed project will be awarded the seed project and an IDIQ construction contract for the base year. The subsequent contracts will be awarded at the same time with a minimum guarantee of $10,000. After pr oposal revisions (if necessary) are received, a best value award decision will be made based on the individual seed project. The selected firms will be requested to submit technical and price proposals for the seed project. Offerors who fail to submit tech nical and price proposals in Phase II for the seed project will not be considered for an award. The Government will award the seed project based on the most advantageous combination of price and technical factors that result in the overall best value award to the Government. If discussions are required, they will be conducted with each offeror in the competitive range. At the conclusion of discussions, each offeror in the competitive range will be given an opportunity to submit a proposal revision. Price an d overall technical rating are of equal significance for the best value awards. OFFERORS WILL BE ADVISED AN AWARD MAY BE MADE IN PHASE II, WITHOUT DISCUSSIO N OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Phase II proposals will be requested from approximately three to five offerors who submitted proposals during Phase I which are determined to be the most highly qualified. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions to provide an opportunity for the offeror to revise its proposal. FOLLOW-ON WORK AFTER AWARD; All contractors awarded an IDIQ Contract will compete on subsequent task orders that may be scoped by the Government/Contractor team and may not have traditional plans & specs, but may include sketches and requests for catalog c uts and other submittals. Each awarded task order will indicate a specific completion date and associated liquidated damages. Subsequent task orders may be awarded on either the best value trade-off continuum or low price. If the Government decides to iss ue the task order as a best value, award factors will vary depending on the unique requirements for each task order. Should one of the IDIQ contractors be unable to competitively secure a task order to meet the minimum guarantee, then the Government reserv es the right to negotiate a task order with only that offeror. There will be no paper copies of this solicitation; all interested parties must access the Army?s Single Face Initiative FedBizOps website at http://acquisition.army.mil/default.htm. Faxed pr oposed will not be received. All awardees must be registered in Contractor Central Registration (CCR); this website address is http://www.ccr.gov. Anticipated solicitation release date is July 9, 2002. Technical/Contractual point-of-contact for all inquiries is Ms. Jodey Barnes-Edwards, 706-787-3894 or email (preferred)jodey.edwards@se.amedd.army.mil
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
Country: US
 
Record
SN00095488-W 20020620/020618214135 (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.