Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2007 FBO #2154
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contract (MATOC) in Support of the Center of Standardization for Dining Facilities within the jurisdiction of the Norfolk District and the North Atlantic Division, Corps of Engineers for the South West Region

Notice Date
10/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-08-R-0013
 
Response Due
12/4/2007
 
Archive Date
2/2/2008
 
Point of Contact
Debora Gray, (757) 201-7551
 
E-Mail Address
Email your questions to US Army Engineer District, Norfolk
(debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This procurement is for a Multiple Award Task Order Contract (MATOC) in Support of the Center of Standardization for Dining Facilities within the jurisdiction of the Norfolk District and the North Atlantic Division, Corps of Engineers for the South W est Region (Southwest Region includes Kansas, Louisiana, Texas, California, Arizona, Nevada, New Mexico, and Oklahoma). The primary focus of this contract will be work at Ft Hood, Texas, Fort Bliss, Texas, White Sands Missile, Fort Huachuca, Fort Sam Hous ton, Texas, Fort Irwin, Texas, Fort Sill, OK and Fort Polk. The work will include design/build Dining Facilities and all supporting elements. The scope of this contract shall be design and construct an Army Standard dining facility for 800 people. The pr oject shall include sitework, building, food service equipment and furnishings. Supporting facilities include utilities; electric service; fire protection and alarm system; access roads and parking; paving, walks, curbs and gutters; troop formation area; s ignage; information systems; and site improvements. The work includes a central monitoring network with intrusion detection system and energy monitoring and control system (EMCS). Comprehensive building and furnishings related interior design services are required. Special professional credentials required for this contract are a food service designer and LEED certified professional. Special foundation work is required due to expansive soils found at Fort Hood. This objective shall be achieved through the implementation of task orders issued under the terms of this contract for all of the herein described tasks or additional tasks described in specific task orders. The project for Fort Hood, TX (construction cost limit for this seed project is $8,545,000.0 0) is being used as the seed project for this MATOC and will be awarded. The total MATOC contract is for a base period plus four option periods that shall not exceed $75,000,000.00. The evaluation factors for this action will be as follows (listed in des cending order of importance PHASE I: (1) Specialized Experience; (2) Past Performance; and (3) Organization and Technical Approach PHASE II: (1) Design Technical; (2) Phase I Rating; (3) Remaining Performance Capability; (4) Utilization of Small Busines s Concerns and (5) price (will not be rated). Offerors will be evaluated on both technical quality and conformance to the solicitation and price. The Government reserves the right to reject any or all proposal prior to award; to negotiate with any or all p roposers; to award the contract to other than the lowest total price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED ANY AWARD MAY BE MADE WITHOUT DISCU SSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The receipt date for Phase I proposals is DECEMBER 4, 2007. The contract will be for a base period plus four one-year option periods. THIS IS AN HUBZONE SET-ASIDE PROCUREMENT. NAICS CODE 236220 appl ies to this procurement. Criteria and submission requirements will be available on/about NOVEMBER 2, 2007 via http://www.fedbizopps.gov/ (search on W91236% for solicitations issued by the Norfolk District). No hard copies will be available. Prospective contractors must be registered in the Federal Technical Data Solutions (FedTeDS, https://www.fedteds.gov) database prior to download of plans and specifications. Prospective contractors must be registered in the DOD Central Contractor Registration (CCR) d atabase prior to award of a contract. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. Lack of registration in the CCR database will make an offeror inelig ible for award. TELEPHONE OR EMAIL REQUESTS WILL NOT BE HONORED. Contractors Please note: Online Representations and Certifications Applications (OCRA) apply t o this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your proposal . Instead this solicitation contains a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Additional information regarding this policy is located on our website.
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
Country: US
 
Record
SN01436962-W 20071020/071018224557 (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.