Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

Z -- INDEFINITE DELIVERY CONTRACT (IDC) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) IN SUPPORT OF VETERAN AFFAIRS (VA) CONSTRUCTION PROJECTS PRIMARILY FOR USACE, LOS ANGELES DISTRICT, BUT INCLUDES USACE, SOUTH PACIFIC DIVISION.

Notice Date
3/23/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-12-R-0015
 
Response Due
5/7/2012
 
Archive Date
7/6/2012
 
Point of Contact
Pat Bonilla, (213)452-3255
 
E-Mail Address
USACE District, Los Angeles
(patricia.b.bonilla@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
US Army Corps of Engineers (USACE), Los Angeles District is soliciting a 2 Phase Design-Build acquisition for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design and Construction of various Veteran Affairs Projects. The overall contract work shall consist of, but not limited to hospital/clinic/laboratory related architectural, civil, mechanical, electrical, structural, environmental, infectious disease control disciplines, hospital/clinic/laboratory related asbestos & lead based paint abatement, hospital/clinic/laboratory related construction work consisting of but not limited to general construction, alterations, removal and replacement of existing structure, removal of existing building interior finishes, building interior site clearing, site clearing, earthwork, pavement, concrete, masonry, structural, carpentry, interior work, roofing work, mechanical, electrical, communications, HVAC, fire sprinkler systems, painting, building appurtenant work, infectious disease control, phasing of work in an operational hospital/clinic/laboratory environment, coordination with operational hospital/clinic/laboratory staff. The magnitude of projects for task orders may range from $100,000 to $10,000,000.00. Locations of these projects, are primarily within the geographical boundaries of USACE Los Angeles District, (Southern California, Arizona and Southern part of Nevada), but the resultant contract may be used for locations within the geographical boundaries of the USACE South Pacific Division. The solicitation is advertised in accordance with FAR 36.3 entitled "Two Phase Design Build Selection Procedures". The source selection process for this Request For Proposal (RFP), will be using the Best Value Trade Off Process. There will be a Phase I evaluation to establish a competitive range. The evaluation in Phase I will be of the offeror's Technical/Design Proposal and the firm's bonding capabilities. The technical and management evaluation factors for Phase I will be Experience, Past Performance and Technical/Design Approach. The offeror must have the bonding capacity of 50M for a Single Task Order and 100M for concurrent Task Orders. If the offeror cannot demonstrate sufficient bonding capability during the Phase I evaluation, as described above, further consideration of the proposal will be terminated and the offer will be rejected. The criteria to be evaluated in Phase II will be provided by amendment to those offerors found to be technically qualified following evaluation of Phase I. After evaluating Phase I proposals, the maximum number of offerors that will be selected to submit Phase II proposals will be in the range of 3 to 5 of the most highly qualified offerors. The offerors who fall within the competitive range will be requested to submit proposals under Phase II. The Government anticipates awarding from 3 to 5 contracts under this solicitation. Each contract will have a base ordering period of one year from the date of award and 4 one-year option ordering periods. The total estimated overall value of all contracts awarded under this solicitation is not to exceed $49.5 million. The North American Industry Classification System (NAICS) Code for this project is 236220. This procurement is a Total Set-Aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Upon making award of the contract(s) the guaranteed minimums shall not-to-exceed $3,000.00. The minimum guaranteed amounts may be met by award of a task order in an equivalent amount. Tentative dates for solicitation issuance and receipt of proposals. Qualification requirements for Phase I submittal will be available on or about 6 April 2012 with submittals due on or about 7 May 2012; Phase II Solicitation Documents will be available on or about 21 May 2012 with proposals due on or about 20 June 2012. Phase II will include technical/price proposal for the contract and Task Order 0001. Further information regarding the first task order will be furnished. The Request for Proposal(RFP)/Plans and Specifications will be available only at the FedBizOpps (FBO) website, www.fbo.gov. No additional media (compact disks, floppy disks, faxes or paper) will be provided. Offerors are responsible for checking the www.fbo.gov for any update(s) to this Notice or subsequent RFP. Please note the website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. Viewing/downloading the solicitation documents requires registration at FedBizOpps (FBO) at www.fbo.gov Also to be placed on the "Interested Parties" list of solicitation, requires FBO registration. For further information, please click on the links on the www.fbo.gov homepage to FAQs. If you are not registered with FBO, the United States Government is not responsible to providing you with notification of any changes to this solicitation. Each offeror, should verify his or her name appears on the Interested Parties list of FBO to ensure notification of amendments and notices regarding the solicitation. Prior to issuance of the solicitation please direct all questions regarding this notice to Patricia.B.Bonilla@usace.army.mil or Tina.A.Frazier@usace.army.mil. After solicitation is issued, please post your inquiries to the ProjNet website as instructed in the RFP, section 00100. ALL OFFERORS ARE ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-12-R-0015/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02704124-W 20120325/120323234544-6f50dbe31b1abf0e23a3eb69b0c55a72 (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.