Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contract for Construction facilities in North Carolina and South Carolina

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-07-R-0062
 
Response Due
3/30/2008
 
Archive Date
5/29/2008
 
Small Business Set-Aside
N/A
 
Description
FSC: Y199 NAICS: 236220 Size Standard: $31M Technical Questions: Elizabeth Hilliard, 912-652-5837 Contractual Questions: Kosha Jones, 912-652-5108 NOTE: Any prospective Offeror interested in obtaining plans and specifications for this solicitation must register on our website at https:www.fedteds.gov. Contractors may view and/or download this solicitation and all amendments from the Internet after so licitation issuance. Description of work: The Government intends to solicit for a General Construction Multiple Award Task Order Contract (MATOC) under which task orders for design and construction, or construction only, of a variety of building construction and/or renovation projects may be issued with work located primarily in North Carolina and South Carolina. Work may also be performed at other Federal Facilities located within the geographic boundaries of the US Army Corps of Engineers South Atlantic Division; however, w ork could also be performed at other Federal Facilities outside the above-stated geographical boundary on an excepted basis as determined by the Contracting Officer. Generally, projects under this MATOC will be vertical construction projects with associat ed site work but will not utilize standard designs. Single task orders are estimated to range from $10M to $125M. Up to four Contractors may be selected to be in the MATOC pool. The contract period shall be for a base period of three years, with two add itional one year option periods or $500M capacity, whichever occurs first. This capacity will be shared among all contractors in the pool. The scope of the sample task order, which will be the first task order awarded, involves design and construction of various repairs to Buildings 2752, 2753, 2754 and 2755, Fort Benning, GA including modernizing the exterior fa?ade, replacing roofs and wind ows and reconfiguring interior spaces including a dining facility. Interior repairs and renovations include: replacement of floors, ceiling, and tile surfaces; demolition and reconfiguration of latrines; replacement of electrical equipment; replacement of HVAC and plumbing systems; and, addition of parking areas and landscape adjacent to the buildings. Project may also require the removal of mold, mildew, asbestos and/or lead based paint. Options may also be included in the sample task order. This MATOC will be solicited on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988 with a hub-zone evaluate preference utilizing a Two-Phase Design Build Request for Proposal (RFP) in accordance with FAR 36.32. No mo re than eight Offerors will be invited to participate in Phase Two. Phase One proposals are anticipated to be evaluated using the following factors: Factor 1-1: Corporate Relevant Specialized Experience; Factor 1-2: Past Performance; and Factor 1-3: Tech nical Approach Narrative. Offerors invited to participate in Phase Two will be required to submit a price proposal and a technical proposal on a sample task order project. Technical proposals are anticipated to be evaluated using the following factors: Factor 2-1: Design Technical; Factor 2-2: Proposed Contract Duration and Summary Schedule, and Factor 2-3: Small and Small Disadvantaged Business Utilization. For Phase One, the relative importance of the factors is anticipated to be as follows: Factor 1-1 will be considered equal in importance to Factor 1-2; both Factor 1-1 and Factor 1-2 will be considered more important than Factor 1-3. For Phase Two, the relative importance of the factors is anticipated to be as follows: Factor 2-1 will be considere d equal in importance to all Phase One factors when combined; Factor 2-2 will be considered slightly less important than Factor 2-1; Factor 2-3 will be considered slightly less important than Factor 2-2. Price will be considered equal in importance to all Phase One and Phase Two Factors when combined. Offerors are reminded to carefully review solicitation documents once issued, to include all evaluation criteria, as criteria as stated in the solicitation shall govern. The Government anticipates Phase One documents to be issued on or about 30 April 2007. This solicitation will be issued in electronic format only and will be available on the Internet at https:www.fedteds.gov. Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additiona l information or assistance, please contact Kosha Jones, Contract Specialist, at (912)652-5108.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN01263202-W 20070401/070330221047 (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.