Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2006 FBO #1677
SOLICITATION NOTICE

Y -- Design Build Construction Services, to include planning, design and construction of the asphaltic and concrete pavement structures for the new facilities located within the boundaries of our military customers in the southwest region

Notice Date
6/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-06-R-0012
 
Response Due
8/15/2006
 
Archive Date
10/14/2006
 
Small Business Set-Aside
Partial HUB-Zone
 
Description
Presolicitation Notice - This solicitation is restricted to HUBZone and Veteran Service Disabled Owned Small Business Concerns for 3-Year Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for the U.S. Army Co rps of Engineers (Southwest Division) for Design-Build Construction Services, to include (but not limited to) planning, design and construction of the asphaltic and concrete pavement structures for the new facilities located within the boundaries of our mi litary customers in the southwest region. The Southwestern Region refers to the geographic area encompassed by the IMA/Southwest Regional Office (AR, AZ, CA, LA, NM, NV, OK, and TX). It is anticipated that a large portion of the work will be at Fort Bliss ,TX. FOR INFORMATION ONLY: These contracts are 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, although the projects may be r equired from any Military 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 Militar y Construction Program will be accomplished using a product line concept for the facilities. The product line concept will be used for the construction of barracks, dining facilities, company operation facilities, headquarters buildings, vehicle maint enance shops, unit and ammunition storage facilities, aviation facilities, equipment parking areas, and other features of the program. Under the product line concept, Districts in the Corps of Engineers Southwestern and South Pacific Divisions will be as signed one or two facility 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, negotiat e, and award a task order to deliver the required facilities to the Program Office assigned to manage the overall project. The District product line team will assist with the administration of the task order to include design reviews, submittals, and modif ications. The design/build 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 ord ers. The team will be responsible for keeping up with the current standards and criteria for their facility type(s). SCOPE OF WORK: The project may include design and construction of the organizational parking, airport runways, taxiways and heliports to include both asphaltic and concrete pavement structures. The design and construction of these features will also inclu de incidentals to include but not limited to concrete curbs and sidewalks, lighting, signage, and pavement markings. Typical work for the parking, airport runways, taxiways and heliports may include but is not limited to 1) planning, design, estimating, and construction 2) Site planning and site verification 3) site engineering to include subsurface investigations, labor atory analysis, and final geotechnical report 4) pavement design 5) coordination with utility providers and Land Development Engineer, and other product line contractors 6) acquiring all local, state and federal permits 7) sustainable design solutions to meet a minimum LEED Silver to support the MILCON program 8) site electrical systems 9) meetings and design review conferences 10) design configuration management 11) quality control systems 12) safety plans 13) environmental protection through the followi ng products: environmental protection plans, incorporating protection features, environmental assessment of contract deviations, land resources plans, monitoring water resources, air resource monitoring and control, chemical materials management and waste disposal, recycling and waste minimization, preservation of historical, archaeological, and cultural resources, protect biological resources, integrated pest mana gement, post construction clean-up 14) traffic control plans 15) scheduling and phasing 16) preparation of design drawings on AutoCadd and Microstation 17) and development of as-built drawings. CONTRACT INFORMATION: This solicitation will be evaluated under the Design Build Process single phase process utlitizing best value acquisition procedures. The Government will evaluate the proposals in accordance with the criteria described in the solic itation and award Multiple Award Task Order Contracts to the responsible Offerors, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government, conside ring technical-design quality, performance quality and price/cost. The following evaluation criteria listed are proposed: Volume I: 1) (Performance Capability)  Organizational Structure and Business Management Plan; Team/Corporate Experience; Speciali zed Experience; Past Performance Information; Key Project Personnel Capabilities and Experience; and Financial Capability; Key Subcontractors; Preliminary Schedule; Volume II  (Design-Technical Information) Site Planning; Site Design; Functional Relation ships and Requirements, Volume III (Price and Pro-Forma): Price; and Self Performed Work Requirement. The North American Industrial Classification System (NAICS) code applicable to this project is 237310 (Highway, Street and Bridge Contractors) which corresponds to SIC 1611. The Small Business Size Standard is $31Million. The total capacity of all cont racts combined is estimated not to exceed $70M over a 3 year period. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to two (2) Option Periods of twelve (12) months each, for a total not to excee d contract period of thirty six (36) 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. Up to three (3) contract awards will be made to HUBZone contractors with a maximum dollar limitation of $50M for all HUBZone contracts combined and up to four (4 ) contract awards will be made to Service Disabled Veteran Owned small business concerns with a maximum task order limitation of $20M for all Service Disabled Veteran contracts combined. The Government reserves the right to exceed the stated maximum dolla r limitation. The minimum guarantee 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 limitation w ill be $2500.00. Estimated solicitation issue date is on or about 13 Jul 2006 under solicitation number W912HY-06-R-0012. Proposals are anticipated to be due on or about 15 Jun 2006. If the Government elects to conduct a Pre-Proposal Conference, details regarding the Con ference will be provided in the solicitation. The solicitation will be a negotiated acquisition. There will be no public bid opening. This solicitation is set aside as a competitive acquisition under the Historically Under-Utilized Business Zone (HUBZone ) Program and for Service Disabled Veteran Owned small business concerns. Offerors must be listed on the Small Business Administration's (SBA's) current HUBZone list in order to be considered for award. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore t he 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 Federal Technical Data Sol utions (FedTeDS) system. Technical inquiries are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org\projnet . FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interes ted bidders must register with FedTeDS before accessing the system. Registration 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 Tech nical 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&SolicitationN umber=W912HY-06-R-0012 . It is the offerors responsibility to monitor the FedBizOpps web site and FedTeDS web site (using the above link) for amendments to the solicitation. 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 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 . 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 to be included on the plan holders list. 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. The Contract Specialist for this solicitation will be Maria Rodriguez, (409)766-633 1; or by e-mail at maria.e.rodriguez@usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN01079502-W 20060630/060628221136 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.