Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2002 FBO #0206
MODIFICATION

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

Notice Date
6/24/2002
 
Notice Type
Modification
 
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
7/24/2002
 
Archive Date
8/23/2002
 
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
8a Competitive
 
Description
NA This Description revises the previously posted Description dtd April 05, 2002 as follows: 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, Corps of Engin eers 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. This acquisition will be limited to eligible 8(a) Firms who have a bona f ide 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). All other firms are deemed ineligible to submit offers. The North American Industry Classification System (NAICS) codes for this procurement are 233, 234, and 235. The Small Business Size Standards are $28.5 Million, $28.5 Million, and $12 Million, respectively. Although it is possible that the Government ma y award a total of up to three Best Value IDIQ Task Order Contracts, all eligible 8(a) Firms who submit Proposals for the RFP will compete for the Award of the initial Best Value IDIQ Contract which will include competing for the proposed Task Order No. 00 01, identified as follows: Renovate Arsenal Club Restrooms, Building 60, First Floor, West Wing, Rock Island Arsenal, Rock Island, Illinois. It is anticipated that the 8(a) Firm who is awarded the initial Best Value IDIQ Contract, which may or may not inc lude the above proposed Task Order Task Order No. 0001, will meet that Contract?s guaranteed minimum amount for the Base Year period of $60,000. Each additional 8(a) Firm who is selected by the Government to be awarded a Best Value IDIQ Contract, will rec eive a Contract minimum guaranteed amount of $60,000 to be reached for the Base Year Period of those Contract(s). The request For Proposal(RFP) Solicitation date is scheduled for July 24, 2002. All 8(a) Offerors who are awarded a Best Value IDIQ Contract a s a result of this Multiple Award Task Order Contract (MATOC) Solicitation, will compete for subsequent Task Orders proposed during those Contract Base Year periods, and Option Year periods, if those Option Year periods are exercised by the Government. Ea ch awarded Task Order will indicate a specific completion date and associated liquidated damages. Subsequent Task Orders may be awarded using either the best value trade-off continuum or low price. If the Government decides to issue a Task Order as a bes t value procurement, the award factors will vary depending on the unique requirements for that Task Order. Should one of the three IDIQ Contractors be unable to competitively secure a Task Order to meet the minimum Contract guarantee, then the Government r eserves the right to negotiate a Task Order with only that Contractor. The Government reserves the right to extend the terms of any or all of the Contracts awarded. If the Government exercises an Option Year period for any or all of the additional Best Va lue IDIQ Contracts awarded, the Government will do so by issuing a subsequent administrative Contract Modification to those Contracts. The Award of the initial Best Value IDIQ Contract, which may or may not include the above mentioned proposed Task Order No. 0001, will be made using Competitive Proposal negotiation procedures for achieving the ?Best Value? to the Government through the Source Selection (Tradeoff) Process, and will be made to the 8(a) Offeror whose combined Technical Proposal and Price Proposal for the proposed Task Order No. 0001, meets the Government?s needs in the most effective, economical, and timely manner. This means that an Award may not ne cessarily be made to the lowest priced 8(a) Offeror, even if technically acceptable. Furthermore, Award may not necessarily be made to the 8(a) Offeror rated the highest in the non-cost areas, if the perceived advantages are considered not worth the cost premium. Although cost is not the most important consideration, it could be controlling: where an otherwise superior Proposal is at an unaffordable or unreasonable cost, where two Proposals are otherwise considered equal, or where the advantages of a super ior Proposal are not worth the cost premium. In selecting which 8(a) Firm?s Proposal represents the ?Best Value?, the Contracting Officer will consider the Technical Evaluation criteria Factors and relative importance. Using this as a guide, the Contract ing Officer shall determine which Proposal overall represents the ?Best Value? to the Government by comparing the technical and the cost advantages and disadvantages of all the Proposals. The Government reserves the right to Award any of the possible Contr acts with or without discussions. All competing eligible 8(a) Offerors are advised that it is definitely possible that an Award may be made without discussions or any Contact concerning the Proposals received. Additionally, the Government reserves the ri ght not to award the proposed Task Order No. 0001. The proposed Task Order No. 0001 may or may not be awarded through this Contract or any other Contract. Also, the Government reserves the right to Award only one Contract including the proposed Task Orde r No. 0001. The Government, further, reserves the right, with sole discretion, subject to the availability of funds, to Award the proposed Task Order No. 0001 within 120 calendar days after Contract Award to the 8(a) Offeror submitting the best value Propo sal in response to the for Request For Proposal (RFP) Solicitation. 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 amon g the most highly rated Proposals in accordance with FAR 52.215-1(f)(4). The Best Value Source Selection process consists of the evaluation of Technical and Price Proposals submitted. A Competitive Range determination will be made by the Contracting Office r after all Technical Proposals are evaluated, a Technical Evaluation Report has been submitted and accepted by the Contracting Officer, and all Price Proposals have been considered. Technical Evaluation Factor Relative Importance: All Technical Evaluatio n criteria Factors and Sub-Factors other than price, when combined, are significantly more important than price. The Technical Evaluation criteria to be used to determine the ?Best Value? to the Government in the form of a Technical Proposal, in descendin g order of importance are: PAST PERFORMANCE, EXPERIENCE, COMPANY STRUCTURE, and SAFTEY. The Government will determine the Award of up to three Contracts based on Technical Proposals and Price Proposals submitted for a proposed Task Order No. 0001 project is identified as follows: Renovate Arsenal Club Restrooms, Building 60, First Floor, West Wing, Rock Island Arsenal, Rock Island, IL. The estimated range of the proposed Task Order No. 0001 project is between $100,000 and $250,000. It is anticipated that the 8(a) Offeror who is awarded the initial Best Value IDIQ Contract and proposed Task Order No. 0001 will meet the Contract guaranteed minimum Base Year period amount of $60,000. Each of the other 8(a)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. The Government reserves the right to Award any Contract(s) with or without discussions. All Technical Evaluation criteria Factors other than Price when combined are significantly more important than Price. Plans and Specifications will be provided on CD-ROM at no cost (Limit 1 CD-ROM per Off eror). Paper copies will not be available from the Government. Plans and Specifications may be ordered by calling Ms. Murilene Knight at 309-794-5613. (Collect Calls Not Accepted). This Solicitation will also be posted on the following World-Wide-Web inter net address: http://www.mvr.usace.army.mil. 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. Offero rs 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://www.ccr.gov. Inquiries regarding the technical, engineering and construction aspects of th e proposed procurement 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 proposed T ask Order No. 0001 project site immediately following, for which the actual date, time and location instructions will announced in the Solicitation 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
SN00098651-W 20020626/020624213319 (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.