Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2008 FBO #2566
SOLICITATION NOTICE

Y -- Pre-Solicitation Notice Amendment Changing Est. Proposal Issue/Due Date and the Total Contract Capacity Dollar Amount. (See Revised Description)

Notice Date
12/3/2008
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-09-R-0013
 
Response Due
4/30/2009
 
Archive Date
6/29/2009
 
Point of Contact
David Hancock, 817-886-1077<br />
 
Small Business Set-Aside
N/A
 
Description
Pre-solicitation Notice Multiple Award Task Order Contract (MATOC) for Unaccompanied Enlisted Personnel Housing (UEPH) Barracks, Brigade Complex 2, Phase 3, Fort Drum, Northeast Region (CT, DC, DE, MA, MD, ME, H, NJ, NY, RI, VA, VT, WV). The Contract Specialist for this solicitation will be Mr. Jan Slick, 817-886-1050; or by e-mail at Errette.J.Slick@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 Presence 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 support 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 Standardization (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 been 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, PA, 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: Unaccompanied Enlisted Personnel Housing (UEPH): 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 shall include, but not be limited to: private sleeping areas, walk-in closets, a shared bathroom, kitchenette, laundry facilities, and other amenities shall be provided as outlined in the project Scope of Work. The varying components for this 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 as 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 orders 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, demonstrating 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 criteria 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 Government, 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 Government 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 Approach; Phase II Volume I DESIGN TECHNICAL: Building Functional, Aesthetics and Space; Quality of Building Systems and Materials; Site Design, and Sustainability. Volume II REMAINING PERFORMANCE CAPABILITY AND SMALL BUSINESS UTILIZATION: Remaining Performance Capability; Proposed Task Order Duration and Summary Schedule; and Utilization of Small Business Concerns. All technical factors when combined are approximately equal to price. Estimated solicitation issue date is on or about 12 Dec 08 under solicitation number W9126G-09-R-0013. Phase 1 Proposals are anticipated to be due approximately on or about 12 Jan 09. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1542. The Small Business Size Standard is $33.5 Million. This solicitation will be issued as unrestricted. MATOC: The Government intends to award up to 3 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 remaining 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 open 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) until 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 performance 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 this same region may be advertised to meet the Governments needs for this facility type. Once the contracts under 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 Government 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 $420,000,000. 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 $ 5,000. 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 is $15,000,000. The maximum task order limitation for the contracts is $100,000,000. The maximum combination of orders is $100,000,000. The Government reserves the right to exceed the stated maximum task order limitation. Task orders issued as a result of this contract will be firm-fixed price. The solicitation will be a negotiated acquisition. There will be no public bid opening. Proposals from Large businesses must comply with FAR Clause 52.219-9, regarding the requirement for a Subcontracting Plan. The Fort Worth District goals (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 70.0%; Small Disadvantaged Business 6.2%; Women-Owned Small Business 7.0%; HUBZone Small Business 9.8%, Veteran-Owned Small Business 3.0%; and Service-Disabled Veteran-Owned Small Business 0.9%. These goals reflect the Fiscal Year (FY) 08 requirements. If the goals are increased for FY 09, the offeror will be required to submit a subcontracting plan that is in accordance with the revised goals. Plans and specifications will not be available in paper format or on compact disc. Contractors may view and/or download this solicitation and all amendments at the following internet address: www.fbo.gov. It is the offerors responsibility to monitor the FBO web site (using the above link) for amendments to the solicitation. Use of this website requires prior registration in the Central Contractor Registration (CCR) and the Federal Business Opportunities (FBO) databases. You may register with the CCR at http://www.ccr.gov/. Once youve completed the CCR registration, you may register in FBO at www.fob.gov You must be registered with the CCR to receive a government contract award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cd771f4369306232a213d1cc84f2e925&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX<br />
Zip Code: 76102-0300<br />
 
Record
SN01712855-W 20081205/081203220317-cd771f4369306232a213d1cc84f2e925 (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.