Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOLICITATION NOTICE

Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT(S) IN SUPPORT OF VERTICAL DESIGN-BUILD IN THE LOS ANGELES DISTRICT AND WITHIN THE SOUTH PACIFIC DIVISION, US ARMY CORPS OF ENGINEERS - Solicitation 1

Notice Date
5/1/2009
 
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 Corps Of Engineers, Los Angeles, US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-09-R-0030
 
Response Due
6/1/2009 2:00:00 PM
 
Archive Date
7/26/2009
 
Point of Contact
Tina A Frazier, Phone: (213) 452-3252, Patricia B Bonilla,, Phone: 213-452-3255
 
E-Mail Address
tina.a.frazier@usace.army.mil, Patricia.B.Bonilla@usace.army.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Specification INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) IN SUPPORT OF VERTICAL DESIGN-BUILD PROJECTS PRIMARILY IN THE LOS ANGELES DISTRICT AND IN SUPPORT OF DESIGN-BUILD PROJECTS WITHIN THE SOUTH PACIFIC DIVISION, U.S. ARMY CORPS OF ENGINEERS The U.S. Army Corps of Engineers, Los Angeles District, is soliciting for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to Design and Construct various Projects within the South Pacific Division Region to include work in CA, AZ, NV and NM. The solicitation will be advertised in accordance with FAR 36.3 entitled Two Phase Design Build Selection Procedures. There will be a Phase I evaluation process to establish a competitive range. The evaluation in Phase I will be of the offerors Experience, Past Performance, Technical/Design Approach and the firms bonding capabilities. The offeror must have the bonding capacity of 5 Million for a Single Task Order and 10 Million for concurrent Task Orders. If the offeror cannot demonstrate sufficient bonding capability during the Phase I evaluation, as described above, further consideration of the proposal will be terminated and the offer will be rejected. After evaluating Phase I proposals, the maximum number of offerors that will be selected to submit Phase II proposals will be in the range of 5 to 8 of the most highly qualified offerors. The offerors who fall within the competitive range will be requested to submit proposals using Phase II evaluation factors which will be provided by amendment to the original RFP. The overall contract work shall consist of but not limited to facilities and infrastructures, dormitories, maintenance hangars/AMU, composite repair facilities, unmanned aerial systems, flight simulators, wing headquarters, and other vertical construction This contract will have a base period and 4-year option periods. The estimated overall value of the contract is not to exceed $49.5 million. Qualification requirements for Phase I submittal will be available on or about 28 April 2009 with submittals due on or about 27 May 2009; Phase II Solicitation Documents will be available on or about 8 June 2009 with proposals due on or about 8 July 2009. The North American Industry Classification System (NAICS) Code for this project is 236220. This Solicitation will be issued as an 8(A) set aside procurement. All responsible sources may submit an offer. A subcontracting Plan will not be required. The solicitation will be available to download on or about 28 April 2009 at: www.fbo.gov. No additional media (compact disks, floppy disks, faxes or paper) will be provided unless the Government determines that it is necessary. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document posted at the referenced website. This will be a Competitive Request for Proposal (RFP), using the Best Value Trade-Off Process resulting in a fixed-price contract. Upon making award of the contract(s) the guaranteed minimums shall not-to-exceed $3,000.00. The minimum guaranteed amounts may be met by award of a task order in an equivalent amount. Visit the Federal Business Opportunity web site at www.fbo.gov for additional contracting opportunities, Bidders must be registered with the Central Contractor Registration (CCR) in order to receive a Government Contract award. To register, the CCR Internet address is: https://www.ccr.disc.dla.mil/ccr/scripts/ccradd/asp. Any prospective bidder interested in bidding on this solicitation must register to be placed on the plan holders list. If you are not registered, the United States Government is not responsible to providing you with notification of any changes to this solicitation. Each bidder, after registering for this solicitation should verify his or her name appears on the Plan Holders List for this project. All questions should be directed to Ms. Anita M. Morgan at 213.452.3381, Fax No 213.452.4193 or email: anita.m.morgan@usace.army.mil. ALL OFFERORS/BIDDERS ARE ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS. Please note that there are special instructions pertaining to hand delivered bids. These instructions can be viewed in Section 00100 of the advertised solicitation. An important notice to all potential offerors: The U.S. Army Corps of Engineers, Los Angeles, has implemented a new procedure for posting solicitations. On 15 February 2006, the Electronic Bid Solicitations (EBS) system will no longer be used to post solicitations. This Solicitation No W912PL-09-R-0030 and all amendments for this acquisition will be posted on www.fbo.gov. Viewing/downloading documents from www.fbo.gov will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time user, you will also be required to register in fbo.gov (www.fbo.gov) before accessing the solicitation documents. To register, click on the Register with fbo.gov then select the Self Registration Process option. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or CAGE Code; Telephone Number; and E- Mail Address. Once registered with fbo.gov, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. For further information, please click on the links on the fbo.gov homepage to FAQs. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK fbo.gov FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. Point of Contact Ms. Anita M. Morgan - 213.452.3381 Email your questions to US Army Engineer District, Los Angeles District, at anita.m.morgan@usace,army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=89def4688c7babed7f5a02645842a5ea&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA<br />
Zip Code: 90053-2325<br />
 
Record
SN01806549-W 20090503/090501220418-89def4688c7babed7f5a02645842a5ea (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.