Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contract (MATOC) for Design/Build and/or Construction for General Construction in North Carolina

Notice Date
3/16/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-11-R-0030
 
Response Due
3/16/2012
 
Archive Date
5/15/2012
 
Point of Contact
Ashley Renfro, 912-652-5719
 
E-Mail Address
USACE District, Savannah
(ashley.c.renfro@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Multiple Award Task Order Contract (MATOC) for Design/Build and/or Construction for General Construction located primarily in North Carolina but also within the South Atlantic Division Area of Operations (North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi). Projects will typically be located on military installations within North Carolina; however, performance of work is not necessarily restricted to such. A project requiring use of civil funds is not authorized under this contract. This acquisition is being offered as a HUBZone set aside. The life of the basic contract is for a base period of three (3) years with two (2) one-year option periods or $100M; whichever occurs first. The pool size (number of contracts that may be awarded) shall not exceed five (5) contractors. The pool of contractors which successfully receive an award will share the total contract capacity of $100M. The Government will use a best value Performance Price Trade-off (PPT) evaluation process in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1. The order limitation of task orders issued against this MATOC, as well as used for evaluation purposes, shall range between $750K and $10M. Task orders issued under this MATOC will be firm-fixed price. Description of Work: Multiple Award Task Order Contract (MATOC) for General Construction and Design/Build Construction is intended to provide rapid response for General Construction: new construction, rehabilitation, maintenance or repair of situations relating, but not limited to, site work, mechanical systems, plumbing, utility systems, structural, electrical, HVAC, instrumentation, security and safety areas of Government facilities in a cost effective manner. Evaluation Criteria: The Government will use a Performance Price Trade-off (PPT) evaluation process in rendering the best value decision for award of this contract. In accordance with FAR 52.216-22, the Government guarantees a minimum of $2,500.00 for each offeror (if any) awarded a contract. The evaluation factors and their relative importance for this solicitation and evaluation process are as follows: NON-COST FACTORS: FACTOR 1: CORPORATE RELEVANT SPECIALIZED EXPERIENCE: This factor is equal in importance to FACTOR 2 and more important than FACTOR 3. FACTOR 2: PAST PERFORMANCE: This factor is equal in importance to FACTOR 1 and more important than FACTOR 3. FACTOR 3: DESIGN EXPERIENCE. This factor is the least important of all the factors. PRICE: All non-cost factors, when combined, are equally important as Price. Award will be made to that Offeror whose technical submittal and price proposal contain the combination of criteria requested which offers the best overall value to the Government. The Government reserves the right to reject any and all offers. Proposals shall include sufficient detailed information to allow complete evaluation. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation is anticipated to be available on or about 08 April 2011. Note: The Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov. After completing CCR, contractors and their subcontractors must register at www.fbo.gov in order to download RFP documents. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate this solicitation, Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-11-R-0030/listing.html)
 
Place of Performance
Address: USACE District, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
 
Record
SN02402323-W 20110318/110316234709-b75858f5edead5088ea837cd2b3572a5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.