Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2005 FBO #1384
SOLICITATION NOTICE

Y -- IDIQ MATOCs for Design Build Regional Contracts for Air Force Installations

Notice Date
9/8/2005
 
Notice Type
Solicitation Notice
 
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-06-R-0003
 
Response Due
11/16/2005
 
Archive Date
1/15/2006
 
Small Business Set-Aside
Total Small Disadvantage Business
 
Description
This procurement consists of one solicitation with the intent of awarding up to four (4) 8(a) set-aside firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Design-Build services for a broad range of various military facilities, primarily in support of the Air Force at Air Force activities and any Air Force activity at DOD installation to be used CONUS. Three 8(a) awards are planned unless an award cannot be made to a Service Disabled Vetera n Owned Small Business (SDVOSB), which are being solicited on RFP W912BU-06-R-0004, then four will be attempted. This solicitation will result in awards for work performed east of the Mississippi. The anticipated contracts will be firm fixed price and wo rk performed will be primarily design and construction of military facilities such as commercial, institutional, housing and community development projects under the NAICS code 236220, Commercial and Industrial Building Construction (small business size st andard of $28.5 million). The contractor may also be required under a D-B task order, to provide working drawings, construction, delivery, warranty, design, on-site field oversight, pre-final inspection, and final inspection. As part of the evaluation p rocess, all offerors must provide proof of their bonding capacity. Bonding Limits are as follows: Single Task Order $10 M and aggregate $30 M. If the offeror cannot demonstrate sufficient bonding capacity as described above, your proposal will not be co nsidered. Each contract awarded as a result of this solicitation will include a base period of 12 months and four (4) one year option periods, for a total contract duration not to exceed five years or a maximum yearly value of $40 M/yr (total of all 8(a) contracts for the year). Total dollar value of all task orders placed on all contracts awarded will not exceed the total program value of $40 M/yr or $50 M/yr if we are unable to award SDVOSB contracts. The single task order limitation is $100,000.00 min imum and $10,000,000.00 maximum. The guaranteed minimum for each contract is $10,000.00, which may be met by award of a task order. All contracts will remain active: (1) until contract expiration, (2) until task order completion, or (3) until the contra ctual funding limit is reached. The Government reserves the right to exceed the stated maximum task order limitation. Awards will be made using best value source selection procedures. The Government will award the contracts resulting from this solicitat ion 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 process, comparing price, technical and other factors. It is the Governments intent to awa rd based on initial offers received, without discussions. The award may be made to a superior offeror which is not the lowest offered price, but which is significantly more technically advantageous than the lowest offer so as to justify the payment of a h igher price. The evaluation factors, listed in descending order of importance are: Factor 1 - Mission capability, Factor 2 - Past Performance, Factor 3 -Proposal Risk, Factor 4 -Cost/Price. Factors 1 through 3, when combined are significantly more impor tant than Factor 4, Cost/Price. The factors/sub-factors will be listed in detail in the solicitation. If the offeror cannot demonstrate sufficient bonding capacity as described above, your proposal will not be considered. In accordance with FAR 15.304(e ), the evaluation factors other than cost or price, when combined, are significantly more important than cost or price; however cost/price will contribute substantially to the selection decision. As part of the MATOC submittal, offerors will be required t o submit technical and cost/price proposals for a sample task order, which will be included in the RFP. Consideration will be given to prime firms, joint ventu res, 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 Request for Proposal. Each awardee will be pro vided 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://ebs.nap.usace.army.mil/AdvertisedSolicitations.asp on or after the issue date of the solicitation. The official media of distribution for this solicitation is the WEB PAGE. Hard Copies will not be provided. No written or faxed requests will be accepted. If any 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 soli citation and amendments. Contractors are responsible for printing paper copies of the solicitations. All amendments to this solicitation will be posted to the Internet at the above address. Hard copies of the amendments will not be furnished. It is the contractors responsibility to monitor the web page for any amendments to this solicitation. All contractors must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300 and comply with VETS 100 annual reporting a s required by FAR 22.1310 (b) prior to award. Registration information for CCR may be obtained by phoning 1-888-227-2423 or by accessing the internet website at http://www.ccr.gov and reporting information for VETS 100 may be obtained by calling 1-703-461 -2460 or by accessing the internet website at http://vets100.cudenver.ude. Instructions will be included in the Solicitation. 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. Is sue date for the RFP is on or about October 14, 2005. Proposal due date is on or about November 16, 2005, 4PM. A Pre-proposal conference will be held on or about October 26 and October 27, 2005. Information regarding time and location of pre-proposal co nference will be posted to our website. This procurement is advertised as 8(a) set-aside. Affirmative Action to ensure equal opportunity is applicable to the resulting contract.
 
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
SN00890395-W 20050910/050908212746 (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.