Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
MODIFICATION

Y -- Pre-solicitation Notice Multiple Award Task Order Contract (MATOC) for Barracks in the Southeast Region, Primarily Fort Jackson

Notice Date
1/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-11-R-0052
 
Point of Contact
LaDell P. Barnes, Phone: 817-886-1162
 
E-Mail Address
ladell.p.barnes@usace.army.mil
(ladell.p.barnes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-solicitation Notice Multiple Award Task Order Contract (MATOC) for Unaccompanied Enlisted Personnel Housing (UEPH), Advanced Individual Training (AIT) Barracks, Basic Training (BT) Barracks and Warriors in Transition (WT) Barracks in the Southeast Region (AL, FL, GA, KY, MS, NC, SC, TN), primarily Fort Jackson. THIS SOLICITATION IS BEING ADVERTISED AS UNRESTRICTED The Contract Specialist for this solicitation LaDell Barnes, 817 886-1162, email at ladell.p.barnes@usace.army.mil. The estimated release date for this solicitation is about 18 January 2011. FOR INFORMATION ONLY: This solicitation is a continuation of the US Army Corps of Engineers (USACE) Centers of Standardization (COS) program wherein eight Districts are not only the design centers of expertise but are also the acquisition experts for the facility types for which the COS is assigned. Fort Worth District (SWF) has 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 Multiple Award Task Order Contracts (MATOCs). The MATOCs 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 of $3.1 Billion. The MATOCs for Warehouses Facilities are located in East and West of the Mississippi River and have been distributed accordingly. Scope Of Work: Unaccompanied Enlisted Personnel Housing (UEPH), Advanced Individual Training (AIT) Barracks, Basic Training (BT) Barracks and Warriors in Transition (WT) Barracks or other similar facilities: UEPH facilities will house single soldiers and is intended to be similar both functionally and technically to apartment type housing in the private sector. The soldier's room shall include, but not be limited to: private sleeping areas, walk-in closets, a shared bathroom and kitchenette. Additional facility and functional support amenities shall be provided as outlined in the project Scope of Work. The varying components for this facility will be: building occupancy requirements, regional soils and climatic conditions, facility structural considerations, HVAC systems, and the exterior architectural features. Therefore, the overall building design and configurations will vary as required to meet project specific requirements. AIT and BT complexes are comprised of multiple facilities, consisting of Barracks/Company Operations Facilities (BCOF), Dining Facilities (DFAC), Battalion Headquarters (BN HQ), Support Facilities, and Outdoor Areas. AIT and BT Complexes are designed as training facilities. The BCOF is comprised of sleeping, latrine, classrooms, storage, and company operations components. As the BCOF is designed for able-bodied soldiers, the facility is not required to meet ADA compliance. Each two-person living suite has a minimum population of two and may be increased to a maximum population of three to accommodate population surges. The remaining parts of these complexes will be procured through different contracts. These training facilities include outside Areas, including a jogging track, physical training (PT) pits, vehicular and service access drives and parking areas. Exterior lighting shall be provided for parking areas, sidewalks, interconnecting buildings, service yards, service drives, outdoor training areas, and any required security lighting. Parking shall be provided for BN HQ staff, Company Cadre within BCOF, DFAC staff, government and service vehicles and visitors. PT Pits will be located in close proximity of the BCOF it serves. The WT facilities will house soldiers temporarily while they are recuperating from injuries sustained during their service in the United States and overseas. These facilities will provide the best accommodations the Army can build in gratitude for their service and sacrifice. The WT Complexes will include separate barracks, administrative and Soldier Family Assistance Centers (SFAC) and are completely handicap accessible. The barracks will house single soldiers and is intended to be similar both functionally and technically to apartment type housing in the private sector. The rooms shall be completely handicap accessible and shall include: private sleeping areas, walk-in closets, and a bathroom for each soldier. A living room, laundry and full service kitchen shall be shared by the room module occupants. Additional facility and functional support amenities shall be provided as outlined in the project Scope of Work. The remaining administrative facilities of these complexes will be procured through different contracts. It is the intent of Government to issue design-build and design-bid-build (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 Single Phase Design Build Process. Interested firms or joint venture entities (referred to as "Offerors") will submit certain specified performance capability information, demonstrating their capability to successfully execute the design-build construction IDIQ contract resulting from this solicitation. The Government will evaluate the performance capability information in accordance with the criteria described in the solicitation. 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 proposals, in accordance with the criteria described 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 past performance, 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: Factor 1 Performance Capability, Factor 2 Task Order Duration and Summary, Factor 3 Small Business Participation, and Factor 4 Price and Sub-Contracting Participation. All technical factors when combined are significantly more important than price. MATOC: The Government intends to award at least two and up to five contracts as a result of this solicitation 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 Government's needs for this facility type. THIS SOLICITATION IS BEING ADVERTISED AS UNRESTRICTED. The total estimated contract capacity is $ 495,000,000. The Government intends to award at least two and up to five contracts as a result of this solicitation and 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 minimum guarantee will be $ 2,500 and this 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 $10,000,000. The maximum task order limitation for the contracts is $80,000,000. The maximum combination of orders is $93,000,000. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-11-R-0052/listing.html)
 
Place of Performance
Address: US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, Texas, 76102-0300, United States
Zip Code: 76102-0300
 
Record
SN02355263-W 20110108/110106233928-cc18ec31cf1e52e31f5cc685bb1624c4 (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.