Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
SOLICITATION NOTICE

Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR CONSTRUCTION SERVICES FOR THE U.S. ARMY CORPS OF ENGINEERS SOUTH PACIFIC DIVISION (SPD).

Notice Date
1/19/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
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-0053
 
Response Due
3/3/2010
 
Archive Date
5/2/2010
 
Point of Contact
Sandy Oliver-Hall, (213)452-3243
 
E-Mail Address
US Army Corps Of Engineers, Los Angeles
(Sandra.F.Oliver-Hall@spl01.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The SPD includes Work Performed for the L.A. District (Covering Az, Nv and Ca), Albuquerque District (Covering New Mexico, Colorado and Texas), Sacramento District (Covering Utah, Nv and Ca) and San Francisco District (Covering San Francisco Area). SOLICITATION NO. W912PL-09-R-0053 (SB SET-ASIDE). The U.S. Army Corps of Engineers, Los Angeles District, is soliciting for a Design-Build and Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support SPD Civil Works, Military and International and Interagency Support (ISS) customers. 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 on Similar Design Build Contracts, Past Performance on Similar Contracts, Technical Approach Methods and Procedures, and Corporate/Management Structure and the firms bonding capabilities. The offeror must have the bonding capacity of up to $20 Million for Single Task Orders and $40 Million for concurrent Task Orders. The estimated overall value of the contract is not-to-exceed $100 Million. 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 approximately 8 to 10 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 construction activities such as new construction, renovation, repairs, preventive maintenance, environmental abatement, erosion control, earthwork and operations construction activities. The contracts are not only intended to execute new construction, design-build and design-bid-build, but to provide a timely response to remediation of facilities, e.g., maintenance, repair, asbestos and lead-based paint abatement, and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, andante-terrorism and force protection. This contract will have a base period of performance not-to-exceed thirty-six (36) months and one (1) option period not-to-exceed twenty-four (24) months. Qualification requirements for Phase I submittal will be available on or about 2 February 2010 with submittals due on or about 3 March 2010; Phase II Solicitation Documents will be available on or about 30 March 2010 with proposals due on or about 28 April 2010. The North American Industry Classification System (NAICS) Code for this project is 236220. This Solicitation will be issued as a 100% SMALL BUSINESS SET-ASIDE PROCUREMENT. All responsible sources may submit an offer. A Sub-Contracting Plan will not be required. The solicitation will be available to download on or about 2 February 2010 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 minimum shall not-to-exceed $3,000.00 and applies ONLY to the Base Period. The minimum guaranteed amount 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 offeror 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 PERTAINING ONLY TO THIS PRE-SOLICITATION NOTICE should be directed to Mrs. Sandy Hall at 213.452.3243, Fax No 213.452.4189 or email: Sandra.F.Oliver-Hall@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-0053 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 Mrs. Sandy Hall - 213.452.3243 Email your questions to PERTAINING TO THIS SOLICITATION ONLY TO US Army Engineer District, Los Angeles District, at Sandra.F.Oliver-Hall@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-09-R-0053/listing.html)
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02044558-W 20100121/100119234848-dc33a7ebcb453ae5d8065a2de7705838 (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.