Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOLICITATION NOTICE

Y -- Mulitple Award Contract (MATOC) for Construction Projects at Arlington National Cemetery, Arlington, VA

Notice Date
1/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-12-R-0019
 
Point of Contact
Debora S Gray, Phone: 757-201-7551
 
E-Mail Address
debora.s.gray@usace.army.mil
(debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This procurement is for a Multiple Award Task Order Contract (MATOC) in Support of the construction or design-build projects at Arlington National Cemetery. Up to four contracts may be awarded. Work will be awarded by task orders. Individual task orders will generally be competed among the contractors selected, except where the Contracting Officer determines otherwise. A wide variety of repair, restoration, modification and new work are expected. Location of work is at Arlington National Cemetery, Arlington, VA. Work includes design-build or construction of work designed by others including, but not limited to: (a) Repair or expansion of parking structures to include: structural, drainage, driving surface (if separate from structural), signage, traffic controls, associated landscaping and site work; (b) New work, repair, or improvements to roads, pavement, outdoor assembly areas and walkways to include: concrete, flagstone, associated landscaping, utility relocations and improvements, drainage, soil erosion control; (c)New work, repair, or expansion of existing columbaria to include: landscaping, monumental natural stone, tuck pointing with Portland cement-based mortar, sealants, lighting and power, access walks, drainage; (d) Re-routing underground utilities including: water, sanitary sewer, electrical, drainage and storm sewers, natural gas, communications; (e) Building restoration in accordance with the Secretary of the Interior's standards for Historic Preservation; (f) New work, repair or improvements to landscaping or construction approved by either the National Capitol Planning Commission or the Commission on Fine Arts; (g) Repair or expansion of office buildings or special use buildings including: HVAC, plumbing, structural, electrical, roofing and flashing, exterior envelope, fenestrations, architectural, finishes; and (h)Use of 3-dimensional Building Information Models for new, vertical construction. This objective shall be achieved through the implementation of task orders issued under the terms of this contract for all of the herein described tasks or additional tasks described in specific task orders. The total contract for base period plus option periods shall not exceed $35,000,000.00. The evaluation factors for this action will be as follows (listed in descending order of importance PHASE I: (1) S pecialized Experience; (2) Past Performance; (3) Technical Approach; and (4) Organization. PHASE II: (1) Duration and (2) price (will not be rated). Offerors will be evaluated on both technical quality and conformance to the solicitation and price. The Government reserves the right to reject any or all proposal prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED ANY AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The receipt date for PHASE I proposals for is March 14, 2012. The contract will be for a base period plus four one-year option periods. THIS IS A SERVICE DISABLE VETERANS SMALL BUSINESS SET-ASIDE PROCUREMENT. NAICS CODE 236220 applies to this procurement. Criteria and submission requirements will be available on/about February 14, 2012 via http://www.fedbizopps.gov/ (search on W91236% for solicitations issued by the Norfolk District). No hard copies will be available. Prospective contractors must be registered in the DOD Central Contractor Registration (CCR) database prior to award of a contract. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. Lack of registration in the CCR database will make an offeror ineligible for award. TELEPHONE OR EMAIL REQUESTS WILL NOT BE HONORED. Contractors Please note: Online Representations and Certifications Applications (OCRA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your proposal. Instead this solicitation contains a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Additional information regarding this policy is located on our website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-12-R-0019/listing.html)
 
Place of Performance
Address: Arlington National Cemetery, Arlington, Virginia, United States
 
Record
SN02662841-W 20120129/120127234605-87246a0deb688e36ecb286ad369e77ae (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.