Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2010 FBO #3234
SOLICITATION NOTICE

Y -- Pre-solicitation Notice Multiple Award Task Order Contract (MATOC) for Central Issue Warehouses, Support Supply Activity Warehouses, and General Purpose Warehouses located in the state of Georgia

Notice Date
9/30/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-11-R-0054
 
Response Due
11/18/2010
 
Archive Date
1/17/2011
 
Point of Contact
Cody D. Cotten, 8178861077
 
E-Mail Address
USACE District, Fort Worth
(cody.d.cotten@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Pre-solicitation Notice Multiple Award Task Order Contract (MATOC) for Central Issue Warehouses, Support Supply Activity Warehouses, and General Purpose Warehouses located in the state of Georgia. The Contract Specialist for this solicitation will be Cody Cotten, 817-886-1077; or by e-mail at cody.d.cotten@usace.army.mil. FOR INFORMATION ONLY: FOR INFORMATION ONLY: This project is required by the Armys Military Construction (MILCON) Business Process. USACE, in response thereto, created eight Centers of Standardization (COS) that are not only the design centers of expertise but are also 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, Fort Worth District (SWF) has been assigned responsibility for the Unaccompanied Enlisted Personnel Housing (UEPH), Basic Training (BT) Barracks, Advanced Individual Training (AIT) Barracks, Warrior in Transition (WT) facilities, Reception Station Barracks, Drill Sergeant Barracks, Central Issue Warehouses, Support Supply Activity Warehouses and General Purpose Warehouses. 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 for Barracks 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); Southwest (AR, AZ, CA, LA, NM, NV, OK & TX); and Southeast (AL, FL, GA, KY, MS, NC, SC, TN) and Northeast ( CT, DC, DE, MA, MD, ME, NH, NJ, NY, RI, VA, VT, WV) for an approximate value in excess $3.1 billion. The IDIQ contracts for Warehouses are located in East and West of the Mississippi River and have been distributed accordingly. SCOPE OF WORK: Central Issue Warehouses: The primary mission of the CIFs is to provide a single point for receipt, storage, issue, exchange, and return of all authorized organizational clothing and individual equipment items at the specified United States Army Installation. CIF facilities provide storage capabilities combined with office space, used in the administration of issuing soldiers equipment as needed. The facilities support open storage for deployment functions as necessary by the Army Unit occupying the building. The functional and operational requirements of the CIW require that the design be based on the characteristics of the material being handled and stored, the volume and flow pattern through the facility, and the inventory pattern. Therefore, the overall building design and configurations will vary as required to meet project specific requirements. Support Supply Activity Warehouses: SSAs will provide a facility capable of storing and maintaining the Army prepositioned stocks (APS) and items required for active duty operation. The facility is similar to a parts wholesale warehouse. The functional and operational requirements of the SSA require that the design be based on the Adapt-Build Model standard design. Therefore, the overall building design and configurations will not vary. General Purpose Warehouses: GPWs will be capable of supporting the storage of various equipment and materials, up to a Moderate-hazard level. GPW facilities may have substantially differing design and operational requirements in order to meet the Armys needs on a worldwide basis. The facility type will provide an acceptable relationship between actual equipment dimensions, performance characteristics and the building dimensions. GPWs are intended to be similar both functionally and technically to private sector industrial warehouses Supporting facilities include utilities; electric service; water, sewer, gas; paving, walks, curbs and gutters; storm drainage; site improvements and information systems. Access for persons with disabilities will be provided in public areas. Comprehensive building and furnishings related interior design services are required. Comprehensive warehouse pallet and racking systems related to warehouse functional design services are required. Air conditioning will be provided in administrative areas, and warehouse areas will be ventilated and heated. Supporting work includes fire protection sprinkler and fire detection systems of the warehouses. It is the intent of Government to issue design-build and adapt-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. 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: Building Functional, Aesthetics and Space; Quality of Building Systems and Materials; Site Design; and Sustainability Requirements. Volume II: Proposed Contract Duration and Summary Schedule; and Utilization of Small Business Concerns. All technical factors when combined are significantly more important than price. Estimated solicitation issue date is on or about 18 Oct 2010 under solicitation number W9126G-11-R-0054. This procurement is Unrestricted. Phase 1 Proposals are anticipated to be due on or about 18 Nov 2010 (30 days from issuance of the solicitation). The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction). The Small Business Size Standard is $33.5 Million. MATOC: The Government intends to award at least two and up to five contracts as a result of this 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 re-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. THIS SOLICITATION IS SET-ASIDE FOR HUBZone. The total estimated contract capacity is $100,000,000. 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 $ 2,500. 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 $1,000,000. The maximum task order limitation for the contracts is $10,000,000. The maximum combination of orders is $15,000,000. 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 3.5%; and Service-Disabled Veteran-Owned Small Business 2%. Plans and specifications will not be provided in a hard paper copy. Contractors may view and/or download this solicitation and all amendments from FedBizOps. Because of the size of our solicitations, you should not attempt to view them online. Rather download them to your local hard drive and then open them. Use of the FedBizOps website requires prior registration at https://www.fbo.gov. It is the offerors responsibility to monitor the FedBizOps web site (using the above link) for amendments to the solicitation. Offerors must be registered with the Central Contractor Registration (CCR) (http://www.ccr.gov/), in order to receive a Government contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-11-R-0054/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02302192-W 20101002/100930234758-9e752df44d8c9f5f9b6bfae21f1c2cb7 (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.