Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
SOLICITATION NOTICE

Y -- IDIQ Multiple Award Task Order Contracts for Construction, Anti-Terrorism/Force Protection Services and Remediation/Demolition, Fort Bliss, Texas

Notice Date
4/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
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-06-R-0005
 
Response Due
5/23/2006
 
Archive Date
7/22/2006
 
Small Business Set-Aside
N/A
 
Description
This is an Unrestricted Solicitation (with up to Four (4) Unrestricted and up to Six (6) HUB-Zone set-asides) for a total of up to Ten (10) Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for the U.S. Army Corps of Engineers (Southwestern Region) for Construction, Anti-Terrorism/Force Protection (AT/FP), Services, and Remediation/Demolition of Real Property, to include (but not limited to) constructing the site development and utilities fo r facilities located within the boundaries of our military customers in the southwest region. The Southwestern Region refers to the geographic area encompassed by the IMA/Southwest Regional Office. The primary location for work under this contract is Ft. Bliss, TX. Typical projects include a wide range of sitework that involve connections to and distribution of all utility systems: potable water, sanitary sewer with lift station, natural gas, electrical, storm drainage, and Information System infrastructu re. Also includes fencing, paved roads and paved sidewalks; clearing and grubbing; erosion control measures; landscaping; tank trails; Anti-Terrorism/Force Protection; demolition; and earthwork which includes cut and fill and excavation of borrow material . The above are typical project examples, but this solicitation will involve projects that will cover all aspects pertaining to sitework. North American Industrial Classification System (NAICS) code applicable to this project is 237310 (Construction, Infrastructure), which corresponds to SIC 1542. The Small Business Size Standard is $31 Million. It is the intent of the Fort Worth District to issue one (1) solicitation for award of up to Ten (10) contracts, Four (4) Unrestricted and Six (6) HUB-Zone), creating two separate multiple award contractor pools. The current acquisition plan is approved for a maximum capacity of $315 Million; however, it is anticipated that it will be revised and approved for a maximum capacity of $500 Million. In the event of this approval, the total contract capacity is estimated not to exceed $500 Million over a five-year contract period ($250 Million for Unrestricted and $250 Million for HUB-Zone). To preclude the need to re-solicit, if Six (6) Contracts cannot be awarde d to HUB-Zone firms, the total combined contract capacity of $500 Million will be distributed by one, or a combination of two methods: 1) equally distributed to the Four (4) successful Unrestricted contractors, or 2) make an additional competitive award t o a Fifth (5th) Unrestricted contractor. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with 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 contract 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 documented unsatisfactory performance may be distributed among the remaining contractors with a record of satisfactory performance. For estimating purposes only, each of the Four (4) Unrestricted Contractors estimated maximum per one-year contract period is $50 Million, and each of the Six (6) HUB-Zone Competitive Contractors estimated maximum per one-year contract per iod is $50 Million. However, each Unrestricted Contractor has the opportunity to receive award amounts up to the estimated Unrestricted total contract capacity of $250 Million. Likewise, each HUB-Zone competitive contractor has the opportunity to receive awards up to the estimated HUB-Zone total contract capacity of $250 Million. The minimum guarantee for each Unrestricted contract will be $50,000.00. The min imum guarantee for each HUB-Zone contract will be $50,000.00. The minimum guarantee 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 limitati on for both the Unrestricted and HUB-Zone Competitive contracts will be $100,000.00. The maximum task order limitation for the Unrestricted and HUB-Zone Competitive contracts will be $100 Million and $20 Million, respectively. After award of the basic co ntracts, Unrestricted contractors will not compete with the HUB-Zone contractors 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 th e work; 2) past performance of the contractor; 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 order limitation. In th e event the acquisition plan is not approved, the number of unrestricted contracts will be reduced to two (2) and the number of HUBZone contracts will be reduced to four (4). A modification to the synopsis will be issued to provide details on the amounts per pool (unrestricted and HUBZone) and other pertinent information. Estimated solicitation issue date is on or about April 20, 2006, under solicitation number W9126G-06-R-0005, after the Acquisition Plan has been approved. Proposals are anticipated to b e due on or about May 23, 2006 (30 days from issuance of the solicitation). If the Government elects to conduct a Pre-Proposal Conference, details regarding the Conference will be provided in the solicitation. The solicitation will be a negotiated acquisi tion  there will be no public bid opening. All contracts will be awarded based upon the overall Best Value to the Government. Procurement consideration will be given to technical capability (including specialized experience, past performance, organizati on and management, key personnel, safety record, quality control, and schedule capability), price and other salient factors included in the solicitation. 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 51.2%; Small Disadvantaged Business 8.8%; Women-Owned Small Business 7.3%; HUB-Zone Small B usiness 3.1%, and Service-Disabled Veteran-Owned Small Business 1.5%. Plans and specifications will not be provided in a hard paper copy. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as w ell. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federa l Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registratio n instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Contractors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-06-R-0005. You are advised that FedTeDS currently does not have a Plan Holders List capability. However, you may register your firm as an interested party for marketing purposes by browsing to our website at https://ebs.swf.usace.a rmy.mil/ebs/AdvertisedSolicitations.cfm?Seldist=SWF , clicking on the solicitation in question and then clicking the Register button in the Plan Holders List section. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administrations Subnet, at http://web.sba.gov/subnet. 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.c cr.gov. The Contract Specialist for this solicitation will be Lisa C. Billman, 817-886-1066; or by e-mail at lisa.c.billman@swf02.usace.army.mil. FOR INFORMATION ONLY: This project is required by the Armys initiatives under the Base Realignment and Closure (BRAC), the integrated Global Presence and Basing Strategy (IGPBS) and the Army Modular Force (AMF) program. The Army must posture facilities to effectively orient combat capabilities where they can most effectively organize, train, and deploy to support ongoing operations worldwide. The execution of the work under the Military Construction Program at Ft Bliss will be accomplished using a Land Development Engineer (LDE) concept for the infrastructure work and a Product-Line concept for the facilities. Under this concept, the LDE will design the infrastructure, which will then be built under this MATOC. The LDE will also prepare the phasing an d integration plans for the construction sites. The construction of barracks, dinning facilities, company operation facilities, headquarters buildings, vehicle maintenance shops, unit and ammunition storage facilities, aviation facilities, equipment parki ng areas, and other features on the construction site will be built using the Product-Line concept. Under the Product-Line concept, Districts within the US Army Corps of Engineers, Southwestern and South Pacific Divisions, will be assigned one or two faci lity types and will be responsible for awarding Design-Build IDIQ contracts for their assigned type of facility (Product-Line). When there is a requirement for their facility type, each District product-line team will scope, negotiate, and award a task or der to deliver the required facilities to the Program Office assigned to mange the overall project. The District product line team will assist with the administration of the task order to include design reviews, submittals, and modifications, the design/bu ild contractor for each product line will be responsible for maintaining current documents and incorporating into future task orders changes in army criteria as well as, modification and clarification identified in ongoing task orders. The team will be re sponsible for keeping up with the current standards and criteria for their facility type(s).
 
Place of Performance
Address: Fort Bliss c/o CESWF-AO-W 6380 Morgan Ave., Ste A El Paso TX
Zip Code: 79906-4604
Country: US
 
Record
SN01022309-W 20060408/060406221101 (fbodaily.com)
 
Source
FedBizOpps 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.