Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

Y -- Design & Construction of Utilities,Sewer, Water, and other Related Utilidor structures and systems, Eielson AFB, AK

Notice Date
5/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-09-R-0002
 
Archive Date
6/30/2009
 
Point of Contact
Clara Sullivan,, Phone: (907) 753-2778, Ronald K Jackson,, Phone: 907 753-5596
 
E-Mail Address
clara.d.sullivan@usace.army.mil, Ronald.K.Jackson@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
NOTICE AMENDED TO DELETE USE OF TWO PHASE RFP PROCESS IAW FAR PART 36, AND USE THE ONE_STEP RFP PROCESS AS ORIGINAL ANNOUNCEMENT STATED. NOTE CHANGES IN EVALUATION FACTORS ARE DELETED AND ORIGINAL ANNOUNCEMENT REMAINS UNCHANGED. ANTICIPATE ISSUANCE OF RFP ON OR ABOUT 11 MAY 2009. DESCRIPTION: The purpose of this advance notice is to announce the intention of the Government to issue a solicitation in the near future for design, construction and repair of utility utilidors and related Systems, EIE229, Eielson AFB, Alaska. The project includes but is not limited to, full design and construction of repairs of approximately 1400 linear feet of utilidor system on Eielson AFB, Alaska. Tasks will include but not be limited to, complete replacement of sewer, water, steam, and steam condensate lines within existing utility utilidor structures (or direct buried.), utilidor/manhole demolition, enlargement of specified existing manholes, asbestos abatement, and/or repair of cracks/leaks to utilidor structures. Primary place of performance for the duration of the contract is: Eielson Air Force Base (AFB), Alaska. The estimated design and construction targeted cost for this initial task order to be issued in conjunction with one IDIQ award, is between $7Million and $9Million. CONTRACT INFORMATION: This request for proposal is a design/build, full and open competitive procurement, with at a minimum one IDIQ award being made to a small business offeror, contingent on small business proposals being received, and meeting the RFP requirements and evaluation factors. The procurement will be conducted using source selection procedures and the award will be based on the best value to the Government considering price and non-price factors, which are cited in this announcement and the solicitation. Any resulting contract will be firm-fixed priced. The Government intends to award up to two (2) Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts as the result of this solicitation. These contracts shall be for a base period of two years and two (2) 1-year options, for a potential total of four (4) years. The maximum combined task order awards under both contracts shall not exceed $48,000,000.00, including options. The minimum guaranteed amount for each contract is $10,000.00 for the base period and $7,500.00 for each option period. The Government intends to compete subsequent task orders for design-build construction between the awardees of the ID/IQ contracts. The limit of each subsequent task order is that of the contract. A typical task order is estimated to be between $500,000.00 and $11,000,000.00 range. Interested sources must be capable of maintaining schedules and accomplishing required work on two simultaneous task orders, provided the total of simultaneous task orders does not exceed $24,000,000.00. Task Order Award with Contract Anticipated Notice to Proceed (NTP): 15 October 2009 with a task order period of performance of 540 calendar days. ONE STEP ACQUISITION PROCESS SELECTION CRITERIA: This acquisition will evaluate offerors considering the following factors: Volume 1 (ID/IQ Contract):• Experience (Tab A)• Past Performance (Tab B) • Organization And Management (Tabs C) Volume II (Task Orders): • Design Narrative (Tab A) • Proposed Schedule (Tab B) Volume III (ID/IQ Contract and Task Order): • Price and Proforma Information under Tabs A through H• Subcontracting Plan (to be submitted by Large Businesses) Volume I. The Government considers the factors Experience, Past Performance, and Organization and Management to be of descending order of importance. The Subcontracting Plan will be evaluated as acceptable or unacceptable in accordance with AFARS 5119.705. Volume II. For Volume II, all Factors are descending order of importance. Volume II is more important than Volume III but less important than Volume I. Volume III. Price is approximately equal to all non-price factors. All HUBzone firms submitting a prime contractor will be provided a price evaluation adjustment by adding 10 percent adjustment to all Offerors except from other HUBzone firms that have not waived the evaluation adjustment or otherwise successful offers from small businesses. HUBzone firms must complete Solicitation Clause 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns. Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional approval. Should Congress not authorize this project or appropriate the funds, the solicitation will be canceled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. To be considered a qualified Certified 8(a) Business, Small Disadvantaged Business, HUBZone Small Business, or Service Disabled Veteran-Owned Small Business, firms must meet the criteria of the Federal Acquisition Regulation (FAR) and the Small Business Administration (SBA) for North American Industry Classification System (NAICS) code 237110. The Small Business size standard is $33.5 million. A large business firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The fiscal year 2009 subcontracting goals for any resulting award to a large business are a minimum of 70% of the firm's intended subcontract amount be placed with small businesses, 6.2% to small disadvantaged businesses, 7.0% to women-owned small businesses, 3.0% to veteran owned small businesses, 0.9% to service disabled veteran-owned small businesses, and 9.8% to HUBZone small businesses. Interested firms that meet the requirements for this project are invited to respond to this synopsis via facsimile or preferably via e-mail to the attention of Clara Sullivan-clara.d.sullivan@usace.army.mil (Fax is 907/753-2544). If it must be hand delivered the physical address is: Building 2204 3rd Street, Elmendorf AFB, Alaska; and mailing address: PO Box 6898, Elmendorf AFB, AK 99506-0898. Responses must be received no later than 10:00 a.m. Alaska Daylight Savings Time, on 29 April 2009. This solicitation is anticipated to be issued on or about 11 MAY 2009. The following information is requested: (a)Name of firm with address, phone number, facsimile number, e-mail address, and point of contact. (b) State whether the firm is an 8(a), Small Disadvantaged Business, HUBZone Small Business, Veteran Owned Small Business, Service Disabled Veteran-Owned Small Business, and large business firm. REMINDER: Firms must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from any Government solicitation. Call 1-888-227-2423 for CCR information or visit the CCR website at http://www.ccr.gov. Firms must also be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. SOLICITATION: The solicitation, including plans and specifications, will be available for secure download from FedBizOpps - website: http://www.fbo.gov, on or about 30 April 2009. The solicitation, and the associated plans and specifications for this project, will not be issued on CD unless there are technical difficulties connected with the upload to the FedBizOpps website. If CDs (or other electronic formats) are issued, they will be issued at no charge. For FedBizOpps website, vendors will need to utilize the Vendor Opportunities Search function and use this solicitation number to Search by Solicitation/Award Number. The solicitation and any future amendments to the solicitation will be available for download via the FedBizOpps website. All responsible and eligible businesses may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the Internet only on the Fedbizopps website. It is the contractors responsibility to check for any posted changes to this solicitation. Contract Specialist is CLARA SULLIVAN, 907-753-2778 or email clara.d.sullivan@usace.army.mil, US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898. Alternate POC is Ron Jackson at Ronald.k.jackson@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=55d8289529e630f6d48d94b5ca06f401&tab=core&_cview=1)
 
Place of Performance
Address: Primarily Eielson Air Force Base, Fairbanks, Alaska, 99703, United States
Zip Code: 99703
 
Record
SN01809577-W 20090507/090505221808-55d8289529e630f6d48d94b5ca06f401 (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.