Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2004 FBO #0955
MODIFICATION

Y -- Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contracts in support of AMC and other DoD Agencies

Notice Date
7/6/2004
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-04-R-0022
 
Response Due
8/26/2004
 
Archive Date
10/25/2004
 
Point of Contact
Denise DeTitta, 215-656-6775
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia
(Denise.M.DeTitta@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This procurement consists of one solicitation with the intent of awarding up to eight (8) firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Design-Build Plus services for a broad range of various military facilities, primarily in support of the Air Mobility Command and other DoD agencies (military and civilian) to be used CONUS, Hawaii and Alaska. The anticipated contracts will be firm fixed price and work performed will be primarily desig n and construction of military facilities such as administrative, training, operations and recreation under the NAICS code 2365220, Commercial and Industrial Building Construction (small business size standard of $28.5 million). It is the Government?????? s intent to issue one solicitation for award of up to eight (8) contracts (three (3) Competitive HubZone and five (5) unrestricted) creating two separate multiple award contractor pools. HubZone Small businesses can compete for the unrestricted awards and be considered for more than one category. Contractor may not receive more than one award. HubZone small business must provide a copy of their HubZone certification. As part of the evaluation process, all offerors must show proof of their bonding capacit y. Bonding limits are as follows: Unrestricted: Single Task order $80,000,000.00 and concurrent task order $250,000,000.00; and HubZone: Single Task Order $20,000,000.00 and concurrent task order $100,000,000.00. If the offeror cannot demonstrate suff icient bonding capacity as described above, your proposal will not be considered. Each contract awarded as a result of this solicitation will include a base period of 24 months and three 1-year option periods; for a total contract duration not to exceed 60 months. Anticipated program ceiling for this acquisition is $5 B ($4.7B unrestricted and $300,000,000.000 Competitive HubZone). Total dollar value of all task orders placed on all contracts awarded will not exceed the total program value for each contrac tor pool. To preclude the need to resolicit, if three contracts cannot be awarded to HubZone firms, the total combined contract capacity of $5B will be distributed by one, or a combination of two methods: (1) equally distributed to the five successful unr estricted contractors, or (2) make an additional competitive award to a sixth unrestricted contractor. The task order limitations are as follows: Unrestricted: $10,000.00 minimum and $80,000,000.00 maximum; HubZone: $10,000.00 minimum and $20,000,000.0 0 maximum. The guaranteed minimum for each contract is $10,000.00, which may be met by award of a task order in an equivalent amount. Each contract will remain active: (1) unless the contractor performs unsatisfactorily on a task order; (2) until contra ct expiration, (3) until task order completion; or (4) until the total contract capacity limit is reached. It is anticipated that any remaining capacity for awarded contracts with documented unsatisfactory performance may be distributed among the remainin g contractors with a record of satisfactory performance. For estimating purposes only, each of the five (5) unrestricted contractor??????s estimated maximum per one-year contract is $188,000,000.00, and each of the HubZone competitive contractor??????s es timated maximum per one year contract period is $20,000,000.00. However, each unrestricted contractor has the opportunity to receive award amounts up to the estimated unrestricted total of $4.7B. Likewise each HubZone competitive contractor has the oppor tunity to receive awards up to the estimated HubZone total contract capacity of $300,000,000.00. After award of the contracts, unrestricted contractors will not compete with the HubZone contractors for award of individual task orders. In determining whic h contractor pool to solicit for a given task order requirement, consideration may be given to (1) complexity of the work, (2) past performance of the contracto r, (3) contract task order limitation, (4) on-going work, (5) bonding capacity and any other task order specific requirement. The Government reserves the right to exceed the stated maximum task order limitation. Awards will be made using best value sourc e selection procedures. The Government will award the contracts resulting from this solicitation to the responsible offerors whose proposals, conforming to the RFP will be the Best Value to the Government. Best Value will be determined using a Trade off p rocess, comparing price, technical and other factors. It is the Government??????s intent to award based on initial offers received, without discussions. The award may be made to a superior offeror which is not the lowest offered priced, but which is sign ificantly more technically advantageous than the lowest offer so as to justify the payment of a higher price. The evaluation factors are: (1) Mission Capability, (2) Past Performance, (3) Proposal Risk, (4) Cost/Price and (5) Bonding Capacity. Mission Ca pability (Factor 1) and Past Performance (Factor 2) are of equal importance. Proposal Risk (Factor 3) is slightly less important than Factors 1 and 2. Cost/Price (Factor 4) is slightly less important than Factor 3. Factor 5, Bonding is a Go/No Go factor and is, therefore, not weighted. In accordance with FAR 15.304(e), Factors 1, 2, and 3 when combined, are significantly more important than cost or price; however, cost/price will contribute substantially to the selection decision. As part of the submitta l, offerors will be required to submit technical and cost/price proposals for a hypothetical project (not including site work) as described in a sample task order which will be included in the Request for Proposal. Consideration will be given to prime firm s, joint ventures, partnerships, and their subcontractors or consultants who have the resources and capability to provide Constructability Review and Design-Build Services. Selected firms will be expected to work closely with CENAP and Installation project managers and Installation Administrative Contracting Officers. Once the contracts are awarded, the Government will compete the work among the awardees based on performance and other factors set forth in the contract and the Request for Proposal. Each aw ardee will be provided a fair opportunity to be considered for subsequent task orders, except under those circumstances described in FAR 16.505(b)(2). The Request For Proposal package will be available for your viewing at the following address: https://e bs.nap.usace.army.mil on or after issue date of the solicitation. The official media of distribution for this solicitation is WEB-ONLY. No written or faxed requests will be accepted. Interested contractors should register on the web page. If any regist ration information changes during the advertisement period, contractors are responsible to make changes to their user profile on the Internet. Failure to make changes in their user profile may cause a delay in receiving notification of the solicitation an d amendments. Offerors are responsible for printing paper copies of the solicitation and any amendments. All amendments to this solicitation will be posted to the Internet at the above address. It is the offeror??????s responsibility to monitor the web p age for any amendments to this solicitation. The contractor must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300 and comply with VETS-100 annual reporting as required by FAR 22.1310(b) prior to award. Inst ructions will be included in the solicitation package. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. Bonding and insurance may be required under individual task orders. Liquidated Damages and Davis Bacon Rates will be specified in individual task orders. Contract Fair Opportunity Selection and Ordering Procedure clauses will be used to compete task orders among the successful entities. All responsible sources may submit a proposal that shall be considered by the Government. Issue date for the RFP is on or about 19 July 04. Proposal due date is on or about 26 August 2004, 4PM. A Pre-proposal conference will be held on or about 04 August 2004. Information regarding time and location of pre-proposal conference will be posted to our web site at a later date.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00615627-W 20040708/040706211900 (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.