Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2010 FBO #3253
SOLICITATION NOTICE

Y -- Military Construction- 8(a) set-aside -Indefinite Delivery/Indefinite Quantity (IDIQ), MATOC - for the Kansas City District.

Notice Date
10/19/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-11-R-4008
 
Response Due
12/7/2010
 
Archive Date
2/5/2011
 
Point of Contact
Carol Hodges, 816-389-3732
 
E-Mail Address
USACE District, Kansas City
(carol.w.hodges@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This solicitation is for a Small Business 8(a) set-aside Firm Fixed Price Multiple Award Task Order Contract (MATOC) for Design and Construction. The Solicitation will be available on or about 2 November 2010 on the FedBizOps website at www.fbo.gov. The purpose of this Multiple-Award Task Order Contract (MATOC) is to provide design-build services and/ or construction to support military construction and design-build projects primarily within the Kansas City District, but may be used to support other projects within the Northwestern Division. As requirements develop, Requests for Proposals (RFPs) for Task Orders will be issued. Task orders will be issued in accordance with DFARS 216.505-70, at the Government's option. This is 100% set-aside for 8(a) businesses. The NAICS code is 236220. The size standard is $33.5 million. Five Small Business 8(a) MATOC contractors will share an award pool of $49 million. The MATOC includes one Base year and four option years. Option Periods will be exercised at the Governments discretion. The duration of each contract period is not to exceed (NTE) 365 days. Any unused capacity in one contract period may be carried over into the subsequent contract period. The minimum guarantee on this contract is $10,000.00. Individual projects under this contract will be awarded by task order. This solicitation also includes the initial task order which will also be awarded to one of the base contract awardees. The Government will make up to five base ID/IQ contract awards to firms under this solicitation. Task Orders under these contracts may involve a wide range of projects to include new construction projects or repair/renovation projects. Examples of similar new construction projects include: vehicle maintenance facilities; administrative facilities; hangars and related aircraft support systems; industrial facilities; firing ranges; training facilities; runways; pavements/hardstands; barracks; and kitchen and food service. Examples of similar repair/renovation projects include: whole building renovations; repair or replacement of architectural elements; building seismic upgrades; force protection upgrades; repair or replacement of mechanical, electrical, or fire protection/detection systems; and asbestos and lead abatement services related to renovation activities. Typical project size should reflect ten thousand square feet with a construction value of at least five million dollars. Phase 1 will include Factor -1, Specialized Experience, Factor- 2, Past Performance, Factor-3, Organization and Technical Approach. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will select no more than seven (7) to compete for the MATOC pool in Phase 2 of the process. The Phase 1 Solicitation will be available on or about the week of November 3, 2010, and Proposals will be due on or about 7 December 2010 (30 days from issuance of the solicitation). Phase 2 will include Factor-1, Staffing, Factor-2, Specialized Experience in (Access Control Point Construction), Factor-3, Proposed Contract Duration and Summary Schedule, Factor-4, Price and Pro Forma Information. Phase 2 Offerors will be given 30 days to submit their proposals. Task Order 0001: Is to construct a 100% Designed Access Control Point located at Fort Riley. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The solicitation will include a detailed list of Evaluation Factors, including any Subfactors or Elements, and will provide instructions for Proposal Requirements and the Basis for Award. HOW TO OBTAIN A COPY OF THE SOLICIATION: To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. 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 at the referenced website. Central Contractor Registration requirements: Prior to submitting a proposal, offerors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions maybe obtained, and online registration may be accomplished at www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423. By submitting an offer, the offeror acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prospective contractors must be registered with CCR prior to award of any contract. ORCA Requirement: There is a new federal initiative called the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations (FAR) and previously found in Section 00 45 00 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for a contract award and prior to submitting an offer, a firm must be registered in the database. Please register your Representations and Certifications at https://orca.bpn.gov/. Detailed information can be found in cited FAR case, as well as by visiting the help section of the ORCA website. The help section includes background information, frequently asked questions, the ORCA handbook, and a phone number to call for assistance. VETS-100 Requirement: Per the Federal Acquisition Regulation (FAR) part 22.1303 all offerors must complete their VETS-100 report via the Department of Labor website at https://vets100.vets.dol.gov/ to be eligible for award. Points of Contact: The point of contact for all questions/inquiries is Carol Hodges and can be reached by phone at (816)389-3732 or by email at carol.w.hodges@usace.army.mil. Contracting Office Address: US Army Engineer District, Kansas City, ATTN: CENWK-CT, 647 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896 Place of Performance: US Army Engineer District, Kansas City, ATTN: CENWK-CT, 647 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-R-4008/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02313112-W 20101021/101019233828-80a589e9634aaf48e25f8f7a9d403881 (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.