Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2004 FBO #0950
MODIFICATION

Y -- (IDIQ) Multiple Award Task Order Contracts (MATOCS)for the U S Army Corps of Engineers (Southwestern Division) for Design-Build Construction, Construction, Anti-Terrorism/Force Protection (AT/FP) Services, and Remediation of real property.

Notice Date
7/1/2004
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-04-R-0013
 
Response Due
8/17/2004
 
Archive Date
10/16/2004
 
Point of Contact
Robin Revard, 817.886-1050
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(valerie.j.sands@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Primary Point of Contact for this project is Valerie J. Sands, Contract Specialist, (817) 886-1050. Presolicitation Notice Unrestricted Solicitation (with up to five (5) Unrestricted, a minimum of two (2) HUBZone set-asides, and a minimum of t wo (2) 8(a) set-asides for Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for the U.S. Army Corps of Engineers (Southwestern Division) for Design-Build Construction, Construction, Anti-Terrorism/Force Protectio n (AT/FP), Services, and Remediation of real property, to include (but not limited to) planning, designing and constructing new and/or renovated facilities located within the boundaries of military and civilian customers. This MATOC will include Time-and- Materials provisions. Typical projects include a wide variety of maintenance, repair, replacement, renovation, minor construction (including asbestos and lead base paint abatement), restoration or modernization of a wide variety of facilities, and tasks i nclude (but are not limited to) planning, design and installation/construction of the following systems: HVAC, plumbing, electrical, elevators, building envelope, fire protection, AT/FP, or total renovation. North American Industrial Classification Syste m (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1542. The Small Business Size Standard is $28.5 Million. It is the intent of the Fort Worth District to issue one (1) solic itation for award of five (5) Unrestricted, and a minimum of two (2) HUBZone), and a minimum of two (2) 8(a), creating three separate multiple award contractor pools. The total contract capacity is estimated not to exceed $200 Million over a five-year con tract period ($160 Million for Unrestricted, $20 Million for HUBZone, and $20 Million for 8(a)). To preclude the need to re-solicit, there must be at least two awards to create an 8(a) pool and at least two awards to create a Hubzone pool. If there are n ot enough 8(a) awards to establish an 8(a) pool, or if there are not enough Hubzone awards to establish a Hubzone pool, the remaining contract capacity of the pool not established will be distributed by one of two methods: 1) equally distribute the capaci ty to the remaining set-aside pool unless no set-aside pool can be established due to lack of competition at which point the total capacity will be redistributed to the Unrestricted contractor pool, or 2) make an additional competitive award to the remaini ng set-aside pool unless no set-aside pool can be established due to lack of competition at which point a sixth unrestricted contractor will be awarded. The estimated duration for each contract award will be an initial Base Period of twelve (12) months wi th up to four (4) Option Periods of twelve (12) months each, for a total not to exceed contract period of sixty (60) months. Each contract will remain active: 1) unless the contractor has a documented past performance record of unsatisfactory; 2) until c ontract expiration; 3) until task order completion; 4) until the total contract capacity limit is reached, or 5) the contract is Terminated for Convenience of the Government. It is anticipated that any remaining capacity from awarded contracts with docume nted unsatisfactory performance may be distributed among the remaining contractors with a record of satisfactory performance. For estimating purposes only, each of the five (5) Unrestricted Contractors estimated maximum per one-year contract period is $32 Million, and each of the HUBZone Competitive and 8(a) competitive Contractors estimated maximum per one-year contract period is $10 Million. However, each Unrestricted Contractor has the opportunity to receive award amounts up to the estimated Unrestrict ed total contract capacity of $160 Million. Likewise, each HUBZone competitive contractor and 8(a) competitive contractor has the opportunity to receive awards up to the estimated HUBZone and 8(a) total contract capacity of $20 Million, respectively. The minimum guarantee for each Unrestricted contract will be $10,000. The minimum guarantee for each HUBZone and 8(a) contract will be $5,000. The minimum guaran tee amount will be applicable to the base period only. Funds above the minimum guarantee will be obligated with the issuance of task orders. The minimum task order limitation for the Unrestricted, HUBZone Competitive and 8(a) Competitive contracts will be $2,500. The maximum task order limitation for the contracts will be $32 Million (Unrestricted), $10 Million (HubZone) and $10 Million (8a). After award of the basic contracts, Unrestricted contractors will not compete with the HUBZone or 8(a) contrac tors for award of individual task orders. In determining which contractor pool to solicit for a given task order requirement, consideration may be given to 1) the complexity of the work; 2) past performance of the contractor; 3) contract task order limita tion; 4) on-going work, 5) bonding capacity, and any other task order specific requirement. The Government reserves the right to exceed the stated maximum order limitation. Estimated solicitation issue date is on or about July 19, 2004, under solicitatio n number W9126G-04-R-0013, after the Acquisition Plan has been approved. Proposals are anticipated to be due on or about August 17, 2004 (30 days from issuance of the solicitation). If the Government elects to conduct a Pre-Proposal Conference, details r egarding the Conference will be provided in the solicitation. The solicitation will be a negotiated acquisition. There will be no public bid opening. All contracts will be awarded based upon the overall Best Value to the Government. Procurement consider ation will be given to technical capability (including specialized experience, past performance, organization and management, key personnel, safety record, quality control, and schedule capability), price and other salient factors included in the solicitat ion. Proposals from Large businesses must comply with FAR Clause 52.219-9, regarding the requirement for a Subcontracting Plan. The Fort Worth District goals (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 57.2%; Small Disadvantaged Business 10%; Women-Owned Small Business 10%; HUBZone Small Business 3%, and Service-Disabled Veteran-Owned Small Business 3%. It is anticipated that the solicitation plans and specifications will be made availab le via the Fort Worth District Contracting Website (http://ebs.swf.usace.army.mil) on or about July 19, 2004. The solicitation plans and specifications will be placed on Compact Disk and provided at no charge. Plans and specifications will not be provid ed in hard copy (e.g., paper) format unless the Government determines that it is necessary. The Government also reserves the right to use only the Internet as notification of any changes to the solicitation. It is therefore the Contractors responsibility to check the following address daily for any posted changes to the solicitation. Contractors may view and/or download the solicitation and all amendments from the Internet address after solicitation issuance at the following address: http://ebs.swf.usace .army.mil. All offerors are encouraged to visit the Armys Single Face to Industry Website at: https://acquisition.army.mil/asfi to view other business opportunities. Offerors shall register themselves on the Fort Worth District Contracting Website to re ceive a copy of this solicitation. Offerors must be registered with the Central Contractor Registration (CCR) in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED ON INITIAL MAILING OF THE SOLICITAITON CD.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00614058-W 20040703/040701212535 (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.