Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contract (MATOC) for Construction and/or Design/ Build of Tactical Equipment Maintenance Facility (TEMF) for the Northwest Region

Notice Date
8/24/2007
 
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
W912HN07-R-0097
 
Response Due
9/30/2008
 
Archive Date
11/29/2008
 
Small Business Set-Aside
8a Competitive
 
Description
Multiple Award Task Order Contract (MATOC) for Construction and/or Design/ Build of Tactical Equipment Maintenance Facility (TEMF) for the Northwest Region (CO, IA, ID, IL, IN, KS, MI, MN, MO, MT, NE, ND, OH, OR, SD, UT, WA, WI, WY). A Fort Lewis, W A TEMF project will be the Seed Project that will be used in the evaluation of PHASE II and the first task order of one of the contracts that will be awarded. The life of the basic contract is for a base of three years. This acquisition is being offered for competition limited to eligible 8(a) concerns. The life of the basic contract is for a base period of three years or $200M whichever occurs first. The pool size (number of contracts that may be awarded) is anticipated to range from 4-6 contractors. The pool of contractors which successfully receive an award will share the total contract capacity. The project will be solicited and procured using Best Value Trade-Off methodology based on the Two-Phase Design Build Process in accordance with Federal Ac quisition Regulation (FAR) Subpart 36.3. The magnitude for the seed task order is between $10M and $25M. Task orders issued under this MATOC will be firm-fixed price. The seed task order may include options. Description of work: Task Orders issued under this contract will be for the design and construction, or the construction only, of Tactical Equipment Maintenance Facilities. These facilities will be used for the maintenance, repair, and storage of militar y tactical vehicles and equipment. The facilities are usually part of an overall complex centered on a vehicle maintenance facility. A major part of most projects will include extensive concrete hardstand and fencing. Development of the facility may als o include associated site development necessary to construct TEMF. Heating and air conditioning will generally be provided by self-contained units. Comparable projects in the private sector that are similar to the construction contemplated include: heav y equipment maintenance facilities, vehicle fleet service facilities, and jiffy-lubes. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.g ov.After completing CCR, in order to download RFP documents contractors and their subcontractors must register at Federal Technical Data System (FedTeDS) at www.fedteds.gov.In order to locate solicitation Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The evaluation factors and their importance is listed below for the seed project: The following evaluation factors for Phase I and level of importance Factor 1-1 CORPORATE RELEVANT SPECIALIZED EXPERIENCE, Factor 1-2 PAST PERFORMANCE, and Factor 1-3 TECHNI CAL APPROACH NARRATIVE. Factor 1-1 is more important than factors 1-2 and 1-3. Factor 1-2: is equal in importance to Factor 1-3 Factors 1-1, 1-2, 1-3, together are equal importance to Factor 2-1. The following are the evaluation factors and level of importance for Phase II: Factor 2-1: DESIGN TECHNICAL This factor is comprised of the following four sub-factors: 2-1-1, Building Function and Aesthetics; 2-1-2, Quality of Building Systems; 2-1-3, Sit e Design; and, 2-1-4, Sustainable Design. Factor 2-2 PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE. Factor 2-3 SMALL AND SMALL DISADVANTAGED BUSINESS UTILIZATION FACTOR 2-1: Equal in importance to all Phase 1 factors combined. Sub-Factor 2-1-1: A most important sub-factor equal in importance to Sub-Factor 2-1-2. Sub-Factor 2-1-2: A most important sub-fac tor equal in importance to Sub-Factor 2-1-1. Sub-Factor 2-1-3: Slightly less important than Sub-Factors 2-1-1 and 2-1-2. Sub-Factor 2-1-4: Slightly less important than Sub-Factor 2-1-3. FACTOR 2-2: Slightly less important than Factor 2-1. FACTOR 2-3 : Slightly less important than Factor 2-2. All non-cost factors, when combined, are significantly more important than Price. Award will be made to an Offeror whose technical submittal and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluat ion. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. Phase One for this s olicitation will be issued in electronic format only and will be available on or about 24 September 2007. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN01384618-W 20070826/070824222215 (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.