Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2008 FBO #2237
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contract (MATOC) for General Construction within the South Atlantic Division

Notice Date
1/9/2008
 
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-08-R-0005
 
Response Due
1/9/2009
 
Archive Date
3/10/2009
 
Point of Contact
Jimmy Frye, 912-652-5162
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah
(james.r.frye@usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
FSC: Y199; NAICS: 236220; Size Standard: $31M. NOTE: This acquisition is being offered for competition limited to eligible HUB-Zone concerns. Description of work: The Government intends to solicit for a Multiple Award Task Order Contract (MATOC ), for Design/Build or Construction type task orders that may include new construction of buildings such as (administrative facilities, recreational facilities, educational facilities, religious facilities, medical facilities, and training facilities); re pairs, additions, and renovations to buildings, and infrastructure (roads, parking, drainage systems and utility systems) construction tasks as determined by each task order. Generally, however, the task orders under this MATOC contract will be vertical c onstruction projects with associated site work.? Projects required under this contract will be primarily provided for facilities throughout Georgia, South Carolina, and North Carolina, but may be constructed anywhere in the South Atlantic Division Area of Operations (North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi) and may also be located at other Federal facilities located within the geographic boundaries of the Army Corps of Engineers, South Atlantic Division. Task Orders issued un der any resultant contract(s) will be Firm-Fixed Price and may be of a Construction or Design/Build nature. Single task orders are estimated to range from $1M to $20M. Up to six (6) Contractors may be selected to be in the MATOC pool. The contract perio d shall be for a base period of three years, with two additional one year option periods or $200M capacity, whichever occurs first. This capacity will be shared among all contractors in the pool. This MATOC will be solicited and procured using Best Value Trade-Off methodology based on the Two-Phase Design Build Process in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. No more than twelve Offerors will be invited to participate in Phase Two. Phase One proposals are anticipated to be e valuated using the following factors: Factor 1-1: Corporate Relevant Specialized Experience; Factor 1-2: Past Performance; and Factor 1-3: Technical Approach Narrative. Offerors invited to participate in Phase Two will be required to submit a price pr oposal and a technical proposal on the sample task order project. Technical proposals are anticipated to be evaluated using the following factors: 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, Site 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. For P hase 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 relati ve importance of the factors is anticipated to be as follows: 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 s ub-factor 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. FACT OR 2-3: 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 c riteria, as criteria stated in the solicitation shall govern. The Government anticipates Phase One documents to be issued on or about 25 January 2008. This sol icitation 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. A ny 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 solicitat ion issuance. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. 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
SN01482174-W 20080111/080109224543 (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.