Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2002 FBO #0208
SOLICITATION NOTICE

Y -- Indefinite Delivery Indefinite Quantity Type (IDIQ) Design-Build Construction Services and/or Construction Services, Various Locations, Alaska

Notice Date
6/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corp of Engineers - Alaska - Military Works, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
DACA85-02-R-0022
 
Response Due
8/13/2002
 
Archive Date
9/12/2002
 
Point of Contact
Carolyn Haynes, 907/753-2545
 
E-Mail Address
Email your questions to US Army Corp of Engineers - Alaska - Military Works
(carolyn.i.haynes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Design-Build Construction Services and/or Construction Services, Various Locations, in Alaska, classified under NAICS category 233320. Construction services to include repair and design-build construction or construction from Government-furnished design to include but not limited to military family housing; barracks and dormitories; administrative, operations and training facilities; and industrial facilities for army requirements and other service requirements related to army mission. A multiple schedule I ndefinite Delivery Indefinite Quantity Type (IDIQ) contract consisting of a 3-year base period of performance with 1 two-year optional period of performance not to exceed $400,000,000.00 for all contracts awarded under this announcement is to be solicited with a $60,000,000.00 maximum ordering limitation per Task Order with a minimum Task Order amount of $100,000.00 per requirement will be solicited. Multiple awards (4 each) will be made if sufficient qualified offers are received with two or more contrac t awards set-aside under the authority of Section 8(a) of the Small Business Act, 15 U.S.C 637(a) for qualified 8(a) offerors and two contract awards for large or small business offerors (full and open). The geographical restriction for 8(a) firms is Alaska and the SBA Requirement Number of this acquisition is 1084-02-204858. It has been determined that competition will be limited to 8(a) firms serviced by the SBA Alaska District Office or 8(a) firms with a bona-fide branch office within the area serviced by the SBA Alaska District Office who have NAICS code 233320 in their 8(a) business development plan. All other firms deemed ineligible to submit offers. Competition will not be restricted by stage of 8(a ) program participation. Joint Venture Agreements - Joint Ventures are allowable on 8(a) set-asides, however, SBA must receive the joint venture agreement prior to proposal due date and approve before award of resulting contract. If you are contemplating a joint venture on this pr oject, you must advise your assigned Business Opportunity Specialist (BOS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BOS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSAL OR BIDS. Selection will be from 8(a), and large and small offerors in each respective category using the best-value source selection method. The factors for selection of awardees include the following non-price factors both the Construction and Design team members (to include credentials of proposed design team members): Past performance, key personnel, experience. Other factors to be considered are organization and management, and small-business subcontracting plan where applicable. Price/cost shall be evaluate d using proposed management personnel and key personnel hourly rates, direct overhead rate applicable to management and key personnel, labor burdens for tradesmen exclusive of those required by the applicable Davis-Bacon rates and General & Administrative overhead rate for the base period and optional period. The offers that present the best value to the Government, non-price factors and price considered will be selected using the Best-Value Source Selection method. For the IDIQ contract periods described herein and within the monetary limitations defined, awardees of the IDIQ contract shall have a fair opportunity to compete for Design-Build Construction or Construction task orders with the following exceptions: (1) Task Orders under $5,000,000 will be limited to 8(a) firm awardees with the exception of those Task Orders initiated to satisfy the guaranteed minimum. (2) Task Orders may also be negotiated and awarded for a negotiated fair and reasonable price on a sole-source basis to an IDIQ awardee under the following conditions: a. Requirements under $3,000,000.00 to 8(a) awardees; b. Any requirement under the IDIQ maximum Task Order limit to an 8(a) awardee owned by an Indian tribe or an Alaska Native Corporation; c. Competition among IDIQ awardees would result in an unacceptable delay in fulfilling an urgent requirement; d. Unique or highly specialized services of a quality obtainable from a single IDIQ awardee; e. In the interest of economy and efficiency for a logical follow-on order already issued under the contract where awardees were given a fair opportunity to for the original order; f. To satisfy the minimum guaranteed amount. The best-value, low-price technically acceptable, or low-price selection methods may be used to select awardees for competitive Task Orders. Past performance on Task Orders shall be a factor in determining whether an additional period of services shall be awarded under this IDIQ. Exercise of options are solely at the discretion of the Government. A small business utilization plan shall be required of large business offerors. The goals of the Alaska District are as follows: 61.4% of work subcontracted to be performed by Small Business, including 9.1% performed by Small Disadvantaged Businesses, 5% performed by Women Owned Small Businesses, 3.0% performed by veteran-owned businesses, 3.0% service disabled veteran-owned businesses and 2.5% HUB-Zone businesses. Requests for proposals (RFPs) for Task Orders shall require IDIQ contract awardees to prepare a technical proposal from specified criteria for function and size of facility in accordance with specified Military technical standards and prescribed industry s tandards. RFPs may be issued in varying states of design completion ranging from a narrative request for a concept design, a 10 percent to 35 percent, or a 65 percent design to 100 percent design. RFPs for new construction or facility rehabilitation of l ow complexity may consist of a simple narrative scope of work and an on-site review of the requirement. This is not a request for proposal. This acquisition is subject to cancellation and subject to approval of the Acquisition Plan. Upon issuance of the solicitation, all responsible sources may submit a proposal which shall be considered by the agency. Poi nt of contact is Marichu Relativo, Contract Specialist, tel 907-753-2546, fax 907-753-2544 or e-mail marichu.n.relativo@usace.army.mil. THIS SOLICITATION UTILIZES ELECTRONIC BID SETS (EBS) AND PROVIDED ON COMPACT DISKS-READ ONLY (CD-ROM) AT NO CHARGE (htt p://ebs.poa.usace.army.mil
 
Place of Performance
Address: US Army Corp of Engineers - Alaska - Military Works CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN00100104-W 20020628/020626213345 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.