Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
MODIFICATION

Y -- SOUTH CAROLINA MATOC (RP09-4)

Notice Date
7/15/2009
 
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 Engineer District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-R-0075
 
Point of Contact
Monteene C. Wampler, Phone: 9126525504, Paige Brosch, Phone: 9126525183
 
E-Mail Address
Monteene.C.Wampler@usace.army.mil, paige.h.brosch@usace.army.mil
(Monteene.C.Wampler@usace.army.mil, paige.h.brosch@usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The release of this solicitation has been delayed until October 2009. Multiple Award Task Order Contract (MATOC), for Design/Build or Construction type task orders. Task orders issued under this MATOC are anticipated to require performance of work predominantly in South Carolina. However, this does not preclude issuance of task orders which may require performance of work at other military locations, so long as these sites are located within the South Atlantic Division Area of Operations (North Carolina, South Carolina, Georgia, Florida, Alabama, and Mississippi). A project requiring use of civil funds or otherwise termed as "civil construction" is not authorized under this contract. This acquisition is being offered as a HubZone set aside. The life of the basic contract is for a base period of three (3) years with two (2) one-year option periods or $100M; whichever occurs first. The pool size (number of contracts that may be awarded) shall not exceed five (5) contractors. The pool of contractors which successfully receive an award will share the total contract capacity of $100M. The Government will use a best value Performance Price Trade-off (PPT) evaluation process in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1. The order limitation of task orders, to include the seed task order that will be used for evaluation purposes and award of the initial contracts, shall range between $750K and $10M. Task orders issued under this MATOC will be firm-fixed price. The initial seed task order, as well as all other resultant task orders, may include options. Description of work: Task orders placed under this MATOC may be either of a design-build nature or that of a design-bid-build (construction only) nature. Work may include but is not limited to the design and the construction of various types of facilities including but not limited to, administrative, recreational, educational, religious, medical, and training type facilities to include ranges. Work is not solely restricted to new construction but may also include repairs, renovations, alterations, or additions to existing buildings, such as those already cited, or infrastructure such as roads, parking, drainage systems, utility systems, and force protection. Evaluation Criteria: The Government will use a Performance Price Trade-off (PPT) evaluation process in rendering the best value decision for award of this contract. Only that offeror whose proposal provides the best overall value of those offerors selected to be in the MATOC pool, if any, will also be awarded the seed task order. All other successful offerors, if any, will be awarded a contract with a minimum guarantee of $2,500.00. The evaluation factors and their relative importance for this solicitation and evaluation process are as follows: Non-cost Factors: FACTOR 1: PAST PERFORMANCE: This factor is equal in importance to Factor 2 and more important than Factor 3. FACTOR 2: CORPORATE RELEVANT SPECIALIZED EXPERIENCE: This factor is equal in importance to Factor 1 and more important than Factor 3. FACTOR 3: DESIGN EXPERIENCE : Price: All non-cost factors, when combined, are equal in importance to Price. Award will be made to those Offerors whose technical submittal and price proposal contain the combination of criteria requested which offers the best overall value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. The release of this solicitation has been delayed until October 2009. Note: The 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. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov. After completing CCR, contractors and their subcontractors must register at www.fbo.gov in order to download RFP documents. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate this solicitation, Contractors can go to FedBizOpps and search for the solicitation number at www.fbo.gov Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-09-R-0075/listing.html)
 
Record
SN01875909-W 20090717/090715235621-9e010737671f2eecd3e29ec10b1420ae (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.