Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOLICITATION NOTICE

Y -- Unnacompanied Enlisted Personnel Housing (UEPH) in the Southeast Region (AL, FL, GA, KY, MS, NC, SC, TN)

Notice Date
9/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building 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-07-R-0115
 
Response Due
11/9/2007
 
Archive Date
1/8/2008
 
Point of Contact
Sandy Nixon, (817) 886-1053
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Pre-solicitation Notice HUBZone Multiple Award Task Order Contract (MATOC) for Unnacompanied Enlisted Personnel Housing (UEPH) in the Southeast Region (AL, FL, GA, KY, MS, NC, SC, TN) The Contract Specialist for this solicitation will be Barbara Giddens, 817-886-1065; or by e-mail at barbara.j.giddens@usace.army.mil. FOR INFORMATION ONLY: This project is required by the Armys Military Construction (MILCON) Transformation initiatives under the Base Realignment and Closure (BRAC), the Global Defense Posture Realignment (GDPR) (formerly known as Integrated Global Presenc e Basing Strategy (IGBPS)), the Army Modular Force (AMF) program, and the Armys Grow the Force (GTF) initiative. The Army must posture facilities to effectively orient combat capabilities where they can most effectively organize, train, and deploy to sup port ongoing operations worldwide. The Assistant Chief of Staff for Installation Management (ACSIM) has challenged the U.S. Army Corps of Engineers (USACE) to find ways to streamline its acquisition and construction processes in order to reduce costs and speed up overall delivery of projects, while at the same time providing quality facilities. The Army requires a minimum 15% reduction in cost and a minimum 20% reduction in time to occupancy. USACE, in response thereto, created eight Centers of Standardi zation (COS) that are not only the design centers of expertise but also will become the acquisition experts for the facility types for which the COS is assigned. Forty-one facility types were identified for standardization. Of those forty-one, SWF has be en assigned responsibility for the Unaccompanied Enlisted Personnel Housing (UEPH), Basic Training (BT) Barracks, Advanced Individual Training (AIT) Barracks, Central Issue Warehouses and General Purpose Warehouses. SWF has also been requested by Army to provide a standard barracks design for the newly designated Warrior in Transition WIT) facilities. The primary execution of the work under the SWF COS responsibility will be based on facility-type Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The IDIQ contracts are based around current known requirements within four (4) geographic regions identified as Northwest (CO, IA, ID,IL, IN, KS, MI, MN, MO, MT, NE, ND, OH, OR, SD, UT, WA, WI, WY); Northeast (CT, DC, DE, MA, MD, ME, NH, NJ, NY, RI, VA, VT, WV); Southwest (AR, AZ, CA, LA, NM, NV, OK & TX); and Southeast (AL, FL, GA, KY, MS, NC, SC, TN) for an approximate value in excess $3.1 billion. SCOPE OF WORK: Unaccompanied Enlisted Personnel Housing (UEPH), or other similar facilities: UEPH facilities will house single soldiers and is intended to be similar both functionally and technically to apartment type housing in the private sector. The soldiers room s hall include, but not be limited to: private sleeping areas, walk-in closets, a shared bathroom and kitchenette. Additional facility and functional support amenities shall be provided as outlined in the project Scope of Work. The varying components for t his facility will be: building occupancy requirements, regional soils and climatic conditions, facility structural considerations, HVAC systems, and the exterior architectural features. Therefore, the overall building design and configurations will vary a s required to meet project specific requirements. It is the intent of Government to issue design-build Request for Proposals (RFPs) under the contracts awarded as a result of this solicitation, which may be used as the basis for subsequent RFPs/task order s at the same or other installations within the region, i.e., adapt-build and/or as fully-designed RFP/task orders. CONTRACT INFORMATION: This solicitation will be evaluated under the Two Phase Design Build Process. In Phase 1, interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonst rating their capability to successfully execute the design-build construction IDIQ contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will select no more than 5 to compete for the contract in Phase 2 of the process. In Phase 2, the selected Offerors will submit preliminary technical design proposals for an initial task, the contract duration, a preliminary schedule and a price proposal. The Government will evaluate the Phase 2 proposals, in accordance with the criter ia described for Phase 2 in the solicitation, and award the contract to the responsible Offeror, 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 Gover nment, considering technical-design quality, performance capability, and cost. To meet the minimum guarantee, the Government anticipates awarding the initial task at time of contract award unless funds are not available to award. In that case, the Govern ment will award the contract with the minimum guarantee. The following evaluation criteria listed are of descending importance and shall be used in this solicitation unless modified by amendment prior to receipt of proposals: Phase I  Specialized Experience; Past Performance; and Organization and Technical Appr oach Phase II  Volume I: Building Functional and Aesthetics; Quality of Building Systems and Materials; Site Design; and Sustainability Requirements. Volume II: Proposed Contract Duration and Summary Schedule; and Past Performance on Utilization of Sm all Business Concerns. All technical factors when combined are significantly more important than price. Estimated solicitation issue date is on or about 10/10/2007under solicitation number W9126G-07-R-0115. Phase 1 Proposals are anticipated to be due on or about 11/9/2007. (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 North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), whi ch corresponds to SIC 1542. The Small Business Size Standard is $31 Million. MATOC: The Government intends to award up to 4 contracts as a result of this solicitation. In the event that one or more of the contracts proposed for award cannot be made, the Government may award contracts with a reduced capacity and re-advertise the re maining capacity under a full and open solicitation. If only one of the proposed contracts under this MATOC can be made, the Government reserves the right to award a SATOC with a reduced capacity and re-advertise the remaining capacity under a full and o pen solicitation. The Government reserves the right to award only the initial task as a c-type, stand alone contract if it is determined that firms responding do not have the past performance, required bonding, or demonstrated experience for a contract of this magnitude. The remaining capacity would then be advertised as a full and open competition. Each contract will remain active: 1) unless the contractor has a documented past performance record of unsatisfactory; 2) until contract expiration; 3) unti l 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 perform ance may be distributed among the remaining contractors with a record of satisfactory performance. The Government reserves the right to award additional contracts for the MATOC pool from a separate solicitation. Other solicitations for similar work in th is same region may be advertised to meet the Governments needs for this facility type. Once the contracts un der this solicitation are awarded and there is duplicative coverage for this facility type in the same region, any requirement less than $15 million will be evaluated first for advertisement under any set-aside contract or pool of contracts prior. The Gov ernment will consider the current workload under the set-aside contract, performance on previous task orders, and the small business firms ability to obtain additional boding prior to making a determination. The total estimated contract capacity is $11,9000,000. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to 4 Option Periods of twelve (12) months each, for a total not to exceed contract period of 60 months. The Government reserves the right to award a contract for a lesser duration than stated herein if it is determined in the best interests of the Government. The minimum guarantee will be $ 5K. The minimum guarantee amount will be applicable t o the base period only. Funds above the minimum guarantee will be obligated with the issuance of task orders. The minimum task order limitation is $10K. The maximum task order limitation for the contracts is $15,000,000. The maximum combination of ord ers is $30,000,000. The Government reserves the right to exceed the stated maximum task order limitation. Task orders issued as a result of these contracts will be firm-fixed price. The solicitation will be a negotiated acquisition. There will be no public bid opening. This solicitation is set-aside for HUBZone small businesses only. Plans and specifications will not be provided in a hard paper copy. For security reasons, all techn ical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencie s. Interested 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 F ederal 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&Soli citationNumber=W9126G-07-R-0115. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. If the Government elects to conduct a Pre-Proposal Conference, details regarding the Conference w ill be provided in the solicitation and posted at http://ebs.swf.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01420397-W 20070927/070925225040 (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.