Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOLICITATION NOTICE

Y -- North Carolina General Construction Multiple Award Task Order Contract

Notice Date
11/22/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-12-R-0002
 
Point of Contact
Amy L Collins, Phone: 912-652-5505
 
E-Mail Address
Amy.L.Collins@usace.army.mil
(Amy.L.Collins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS, UNRESTRICTED NORTH CAROLINA GENERAL CONSTRUCTION MATOC Multiple Award Task Order Contract (MATOC) for Construction type task orders. Task orders issued under this MATOC are anticipated to be primarily located in Georgia, South Carolina, and North Carolina, but may be constructed anywhere in the South Atlantic Division Area of Operations (North Carolina, South Carolina, Georgia, Florida, Alabama, and Mississippi). Work may also be performed at other Federal Facilities outside the above-stated geographical boundary on an accepted basis as determined by the Contracting Officer. This acquisition is being offered as Unrestricted. The life of the contract is for a period of five (5) years to include a three (3) year base and two option years or $499M; whichever occurs first. The pool size (number of contracts that may be awarded) shall not exceed six (6) contractors. The pool of contractors which successfully receive an award will share the total contract capacity of $499M. The order limitation of task orders shall range between $5M and $100M. Task orders issued under this MATOC will be firm-fixed price. The initial seed task order, as well as other resultant task orders, may include options. The seed task order magnitude is between $5M and $10M. Only the offeror whose proposal provides the best overall value of those offerors selected to be in the MATOC pool, if any, will also be awarded the seed task order. All other successful offerors, if any, will be awarded a contract with a minimum guarantee of $2,500.00. Description of Work: Task Orders issued under this Indefinite Delivery Contract (IDC) type Multiple Award Task Order Contract (MATOC) will be for the Design Build or Design/Bid/Build of new construction of buildings/facilities (administrative facilities, recreational facilities, educational facilities, religious facilities, medical facilities, and training facilities); renovations, repair, additions, and alterations to buildings; and infrastructure and site development (roads, parking, airfield pavements, storm water management systems, landscaping, sanitary sewer and utility systems) construction projects as determined by each task order. Award will be made to those Offerors whose technical submittal and price proposal contain the combination of criteria requested which offerors the best overall value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. 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 approximately January 2012. 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) database at www.ccr.gov. After completing CCR, contractors and their subcontractors must register in the Federal Business Opportunities database 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 the solicitation, Contractors can go to FedBizOpps and search for the solicitation number at www.fbo.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the offerors responsibility to check the Internet address provided as necessary for any posted change to this solicitation and all amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-12-R-0002/listing.html)
 
Record
SN02627968-W 20111124/111122235205-427fe33f62fdbc8d521fa2ff2a876442 (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.