Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2011 FBO #3366
MODIFICATION

Y -- Performance Oriented Construction Activities (POCA) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract(s) (MATOC).

Notice Date
2/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-11-R-0001
 
Response Due
5/15/2011
 
Archive Date
7/14/2011
 
Point of Contact
Aragon Liebzeit, 5095277205
 
E-Mail Address
USACE District, Walla Walla
(aragon.n.liebzeit@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
The U.S. Army Corps of Engineers (USACE), Walla Walla District has a requirement for a Performance Oriented Construction Activities (POCA) Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contracts (MATOC) with capability to award design build construction projects. The purpose of the MATOC is to provide a variety of public works design and construction services including but not limited to the following: repair and maintenance of real property, environmental work, incidental services, force protection work, property repair and maintenance, habitat restoration (environmental work), new construction, and renovation. Use of the MATOC provides a construction product delivery method that utilizes industry innovation, can accommodate quick and straight-forward projects, as well as some small but complex projects, can help minimize design effort and related overhead expenditures, as well as handle compressed schedules while reducing acquisition-related lead time. Projects may range from those where the government provides full design (Design-Bid-Build) to those with limited design and functional specifications requiring the contractor to complete the design and construct the project. This procurement is an SBA certified HUBZone Small-Business set-aside. The primary NAICS code for work under this procurement is 237990 (Other Heavy and Civil Engineering Construction) with a small business size standard of $33.5 million. This requirement will be awarded using a Best Value, two-phase design-build process in accordance with FAR 15.101-1 and FAR Subpart 36.3. Two solicitations will be issued in sequence consisting of a Request for Qualifications (RFQ) during Phase One and a Request for Proposals (RFP) for Phase Two. In Phase One an RFQ will be issued requesting qualification proposals from interested HUBZone firms based on the overall MATOC scope of work. Not more than the seven (7) most qualified firms will be selected to submit Phase Two proposals based on the following Phase One evaluation criteria: design-build experience, past performance, and management approach. No pre-proposal conference/site visit will be conducted during Phase One. The Phase One Request for Qualifications will be issued on or about February 18, 2011-not less than 15 days from the date this notice is posted. In Phase Two, an RFP will be issued to up to the seven (7) most qualified offeror's selected in Phase One. The RFP will include the scope of work for the first Task Order, Task Order 0001, to be awarded under this contract(s). Phase One evaluations of qualification proposals will not be utilized in the Phase Two trade-off evaluations and Best Value determinations. All contract requirements will be detailed in the RFP using the USACE Contract Format consisting of the following sections: 00010- Solicitation/Contract Form, 00100-Schedule/Instruction to Offerors/Evaluation Factors for Award, 00600C-Representations and Certifications, 00700-Contract Clauses, 00800-Special Contract Requirements, 01000-Division 1/General Requirements, and 16999-Division 2-16/Technical Provisions. A pre-proposal conference/site visit may be conducted during Phase Two. Phase Two offerors will have not less than 30 days to provide their proposals. Phase Two of the solicitation shall require submission of a technical and price proposal based on the aforementioned Task Order 0001 project. Proposals received in response to the Phase Two RFP will be evaluated in accordance with source selection procedures outlined in FAR 15.305. Up to four (4) MATOC contract awards will be made to the offerors whose total evaluated price and technical proposal provide the best value to the Government. Only one firm will be awarded the first Task Order (Task Order 0001) as a result of this RFP. It is the Government's intent to award up to four (4) IDIQ contracts to the offeror(s) whose proposal, conforming to the RFP, will be most advantageous to the Government resulting in the Best Value. Task Orders will be awarded on a firm-fixed price basis. The value of each Task Order is expected to primarily be below the Simplified Acquisition Threshold (SAT), $150,000, but the Government reserves the right to issue Task Orders valued up to $500,000. MATOC Scope of Work A.Performance Period: One year base period and three twelve-month option periods. B.Maximum Contract Value: The total dollar capacity shared between firms will not exceed $6 million dollars. The annual aggregate amount is estimated at $1,500,000. Any unused capacity in one period may be carried over into the subsequent contract period. C.Minimum Guarantee: The minimum guarantee amount for the entire life of the contract for each IDIQ awardee is $10,000. D.Task Order Limitations: The minimum Task Order value is $2,000 and the maximum Task Order value is limited to $500,000. General: Task Orders will primarily address general public works construction and renovation including but not limited to the following: dams, roads and pavement construction and repair, general environmental work, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, environmental remedial work and other presently unforeseeable requirements that may arise. Projects will generally be design-build, requiring some element of design for various construction types, but may include projects in which the Government provides a full design. The awarded IDIQ's will not be utilized for AE design only requirements that do not involve constructing the completed design. Task Orders may be issued for construction work in which no design is required. Task Order projects may be non-complex performance oriented tasks requiring minimal design, or they may be complex construction Task Orders requiring design development for design-build construction, or a combination thereof. Task Order Proposal Requests (TOPR) may or may not include traditional plans and specifications or may include sketches and other informational submittals. "Design-Build" is defined for solicitation purposes as a project in which the contractor is provided less than a full design and is required to complete the design. This includes participating in design review and total construction of the designed project. Placement of Task Orders: The actual amount of work to be performed and the time of such performance will be determined by a USACE Contracting Officer who will issue written Task Orders to the IDIQ awardees. Prices will be requested and evaluated for each Task Order in accordance with FAR 16.505. Each individual TOPR will state the evaluation criteria for Task Order award. Individual Task Order awards may be evaluated on price only or price and other non-cost evaluation factors as outlined in the TOPR. Whenever possible, award will be made without discussions. Area of Responsibility: The MATOC work will primarily be geographically located throughout the Walla Walla District area of operations, principally Washington, and work concentrated at Mc Nary (Washington and Oregon), Ice Harbor, Little Goose, Lower Monumental, Lower Granite, Dworshak (Orofino, Idaho) and Lucky Peak (Boise, Idaho) Dams. The Walla Walla District's civil works boundaries generally follow the Snake River drainage and include approximately 107,000 square miles in six states: Washington, Oregon, Idaho, Wyoming, and small parts of Nevada and Utah. Work may include additional project locations within the Pacific Northwest covered by USACE Seattle and Portland Districts. The Government reserves the right to issue additional solicitations and award additional contracts for the same or similar work within the area covered by this MATOC. This is not a solicitation for a Requirements Contract. Task Order 0001: The Government intends to award Task Order 0001 for the design completion and electrification of the storage building at Ice Harbor Lock and Dam concurrently with the MATOC awards. The project includes minor construction consisting of electrical design completion and interior electrical construction. In accordance with FAR 36.204, the estimated magnitude of this first Task Order is between $25,000.00 and $100,000.00. This Task Order will be awarded on the basis of price and technical criteria. Award of the first IDIQ and Task Order 0001 will be made to the Offeror whose proposal is determined to represent the best overall value to the Government based on the evaluated ratings from the Phase Two proposals. The Government reserves the right to accept other than the lowest priced offer or to reject all offers. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined in FAR 15.001. The Contracting Officer will award the subsequent IDIQ contracts to the Offerors whose proposals are considered to represent the remaining best value to the Government based on the evaluated ratings from Phase Two. Joint Ventures (JV) A joint venture is defined as follows: a legal business entity formed between two or more companies (parties) to undertake the performance activities of a contract together. This does not include other arrangements such as "teaming agreements" or "strategic alliance", which are not recognized as bona fide joint ventures for the purposes of this solicitation. A company that is part of a joint venture must submit a legally binding joint venture agreement. The Government will not evaluate the capability of any contractors that are not included in the joint venture agreement. Joint ventures must include a copy of the legal joint venture agreement signed by an authorized officer from each of the firms comprising the joint venture with the chief executive of each entity identified. If submitting a proposal as a joint venture, the experience, past performance, and management plan of each of the joint venture partners can be submitted for the joint venture entity. The experience for each joint venture partner will be considered the experience of the joint venture entity. Page and project form limits apply to the joint venture as a whole. Prospective Offerors that submit Phase One proposals may not change their firm (including LOC's and proposed sub-contractors) or their Joint Venture firms, if selected to submit Phase Two proposals. Credit for Subcontractor Experience; Letter of Commitment (LOC) If an Offeror wishes to be credited with a subcontractor or supplier, i.e. a firm that is not the prime contractor or part of the joint venture, a letter of commitment signed by the subcontractor and the prime contractor must be submitted. The commitment letter must be submitted even if the firm is in some way related to a joint venture partner (for example, the subcontractor is subsidiary of a joint venture partner, or a subsidiary of a firm to which the joint venture partner is also a subsidiary). In regard to Experience, if an Offeror submits projects demonstrating experience in one of the factors, and that project was completed by a subcontractor, a subsidiary, or a supplier, as opposed to the prime or one of the joint venture partners, the Offeror MUST submit a signed letter of commitment from the contractor who performed and completed the work. If a letter of commitment is not submitted, the experience will not be considered. Prospective Offerors that submit Phase One proposals may not change their firm (including LOC's and proposed sub-contractors) or their Joint Venture firms, if selected to submit Phase Two proposals. NOTE: The closing date annotated on the pre-solicitation notice via FedBizOpps is for FedBizOpps archiving purpose only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-R-0001/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02376321-W 20110211/110209234316-f991a88ec460b3e4fe596f2986b8285a (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.