Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2008 FBO #2524
SOLICITATION NOTICE

Y -- IDIQ Multiple Award Task Order Contracts (MATOCs) for the U.S. Army Corps of Engineers (Southwest Division) for Design-Build Landscaping for Landscaping for Regional Office (AR,AZ,CA,LA,NM,NV,OK, and TX) W912HY-09-R-0001.

Notice Date
10/22/2008
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corps of Engineers, Galveston District, US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY08R0021
 
Response Due
12/2/2008
 
Archive Date
1/31/2009
 
Point of Contact
Jacqueline Adekanbi, 409.766.3100<br />
 
Small Business Set-Aside
8a Competitive
 
Description
Presolicitation Notice Solicitation No W912HY-08-R-0021, is now changed to W912HY-09-R-0001. The NAICS code has changed from: 561730 Landscaping to 238990 All Other Specialty Trade Contractors which corresponds to SIC 1771 and the Small Business Size Standard is $14 Million.This solicitation is restricted to 8(a) Small Disadvantaged Business Concerns in the Small Business Administration (SBA) Region VI (Texas, New Mexico, Oklahoma, Louisiana and Arkansas) and Region IX ( Arizona, California, and Nevada) for 5-Year Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for the U.S. Army Corps of Engineers (Southwest Division) for Design-Build Landscaping to include (but not limited to) planning, design and construction of outdoor recreation facilities, landscaping and irrigation systems as needed to enhance the new facilities located within the boundaries of our military customers in the southwest region. The Southwestern Region refers to the geographic area encompassed by the IMA/Southwest Regional Office (AR, AZ, CA, LA, NM, NV, OK, and TX). It is anticipated that a large portion of the work will be at Fort Bliss,TX. FOR INFORMATION ONLY: These contracts are required by the Armys initiatives under the Base Realignment and Closure (BRAC), the integrated Global Presence and Basing Strategy (IGPBS), and the Army Modular Force (AMF) program, although the projects may be required from any Military Program. The Army must posture facilities to effectively orient combat capabilities where they can most effectively organize, train, and deploy to support ongoing operations worldwide. The execution of the work under the Military Construction Program will be accomplished using a product line concept for the facilities. The product line concept will be used for the construction of barracks, dining facilities, company operation facilities, headquarters buildings, vehicle maintenance shops, unit and ammunition storage facilities, aviation facilities, equipment parking areas, and other features of the program. Under the product line concept, Districts in the Corps of Engineers Southwestern and South Pacific Divisions will be assigned one or two facility types and will be responsible for awarding Design-Build IDIQ contracts for their assigned type of facility (product line). When there is a requirement for their facility type, each District product line team will scope, negotiate, and award a task order to deliver the required facilities to the Program Office assigned to manage the overall project. The District product line team will assist with the administration of the task order to include design reviews, submittals, and modifications. The design/build contractor for each product line will be responsible for maintaining current documents and incorporating into future task orders changes in army criteria as well as, modification, and clarification identified in ongoing task orders. The team will be responsible for keeping up with the current standards and criteria for their facility type(s). SCOPE OF WORK: The project may include design and construction of outdoor recreational facilities, landscaping and irrigation systems to enhance all product line facilities defined part of this project. The design and construction of features may also include incidentals to include but not limited to pavilions, concrete slabs, trail construction, trash and smoking dispensers, bicycle racks, water fountains, exercise stations, benches, picnic table, lighting and signage. Typical work for the outdoor recreational facilities, landscaping and irrigation systems may include but is not limited to 1) planning, design, estimating, and construction 2) site planning and site verification 3) site engineering to include subsurface investigations, laboratory analysis, and final geotechnical report 4) pavement design 5) planting design 6) irrigations system design 7) coordination with utility providers and Land Development Engineer, and other product line contractors 8) acquiring all local, state and federal permits 9) sustainable design solutions to meet a minimum LEED Silver to support the MILCON program 10) site electrical systems 11) meetings and design review conferences 12) design configuration management 13) quality control systems 14) safety plans 15) environmental protection through the following products: environmental protection plans, incorporating protection features, environmental assessment of contract deviations, land resources plans, monitoring water resources, air resource monitoring and control, chemical materials management and waste disposal, recycling and waste minimization, preservation of historical, archaeological, and cultural resources, protect biological resources, integrated pest management, post construction clean-up 16) traffic control plans 17) scheduling and phasing 18) preparation of design drawings on AutoCadd and Microstation 19) and development of as-built drawings. CONTRACT INFORMATION: This solicitation will be evaluated under the Design-Build single phase process utilizing best value acquisition procedures. The Government will evaluate the proposals in accordance with the criteria described in the solicitation and award Multiple Award Task Order Contracts to the responsible Offerors, 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 Government, considering technical-design quality, performance quality and price/cost. The following evaluation criteria listed are proposed: 1) Past Performance 2) Relevant Specialized Experience 3) Management Effectiveness and 4) Price. The North American Industrial Classification System (NAICS) code applicable to this project is 238990 (All Other Specialty Trade Contractors) which corresponds to SIC 1771. The Small Business Size Standard is $14 Million. The total capacity of all contracts combined is estimated not to exceed $92M over a 5 year period. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to four (4) Option Periods of twelve (12) months each, for a total not to exceed contract period of sixty (60) months. Each contract will remain active: 1) unless the contractor has a documented past performance record of unsatisfactory; 2) until contract expiration; 3) until task order completion; 4) until the total contract capacity limit is reached, or 5) the contract is Terminated for Convenience of the Government. Up to five (5) MATO contract awards will be made to 8(a) Small Disadvantage Business contractors with a total maximum dollar limitation of $92M for all MATO contracts combined. The Government reserves the right to exceed the stated maximum dollar limitation. The minimum guarantee will be $5,000.00 for each MATO contract awarded. The minimum guarantee amount will be applicable to the base period only. Funds above the minimum guarantee will be obligated with the issuance of task orders. The minimum task order limitation will be $2500.00. Estimated solicitation issue date is on or about 31 October 2008 under solicitation number W912HY-09-R-0001. Proposal due date is 2 Dec 2008. If the Government elects to conduct a Pre-Proposal Conference, details regarding the Conference will be provided in the solicitation. The solicitation will be a negotiated acquisition. There will be no public bid opening. This solicitation is set aside as a competitive acquisition under the 8(a) Small Disadvantaged Business (SDB) Program for SBA Regions VI and IX. Offerors must be certified by the Federal Small Business Administration (SBA) as a qualified 8(a) business prior to receipt of proposals in order to be considered for award. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. After solicitation issuance, contractors may register to be placed on a plan holders list, view and/or download this solicitation and all amendments at the following internet addresses: https://acquisition.army.mil/asfi/andhttp://www.fpb.gov/. Please view our local website at https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.cfm for synopsis information. Plans and specifications will not be available in paper format or on compact disc. Technical inquiries are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org\projnet. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. To register, the CCR Internet address is: http://www.ccr.gov. The Contract Specialist for this solicitation will be Jacqueline Adekanbi, (409)766-3100; or by e-mail at jacqueline.b.adekanbi@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e9c3741d73cc6226801e89430407d2a2&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX<br />
Zip Code: 77553-1229<br />
 
Record
SN01694878-W 20081024/081022214708-e9c3741d73cc6226801e89430407d2a2 (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.