Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

Y -- Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Construction Services for the U.S. Army Corps of Engineers, Afghanistan Engineer District South (TAS)

Notice Date
4/11/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-12-R-0012
 
Response Due
5/30/2012
 
Archive Date
7/29/2012
 
Point of Contact
Matthew Lubiak, 917-790-8089
 
E-Mail Address
USACE District, New York
(matthew.lubiak@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, New York District (NAN) intends to award up to ten (10) contracts under this MATOC for the Afghanistan Engineer District - South (TAS). Each contract will include one (1) two-year base period and two (2) one-year option periods. The total value of the MATOC will be not more than $249M for the entire duration, including optional periods. The minimum award guarantee for each contract shall be $25,000 for the entire period of the contract (Base Period plus Option Periods). The amount of $25,000 is considered a binding amount to the Government. The MATOC is intended primarily for task orders ranging from $500,000 to $5,000,000. The minimum anticipated task order value will be $500,000 and the maximum anticipated task order value will be $10,000,000. Task Orders issued under this MATOC will primarily address new construction, design-build (D-B), design-bid-build (D-B-B), site-adapt-construction, utility construction, general building renovation, new road construction, and general environmental work including but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical and concrete work. Task orders will provide the Government with a construction project delivery method that can accommodate quick and straight-forward projects, as well as some small but complex projects. Task orders will primarily include Afghan National Security Force (ANSF) construction and D-B projects, but may also include Commander's Emergency Response Program (CERP) and Military Construction (MILCON) projects involving a variety of trades. The North American Industry Classification System (NAICS) code is 236220. This acquisition will be solicited as UNRESTRICTED. The source selection process will be Best Value Trade-Off. The source selection criteria will consist of 3 factors and price. The three factors are past experience, past performance and management approach. The management approach factor will consist of the following criteria: organizational chart/narrative, resource planning, Afghan Development, security plan, and key personnel resumes. Price evaluation will consist of two elements, binding maximum prices for standard facility types and a price proposal for the seed task order. Request for proposals (RFP) for the subject acquisition will be available on or about 26 April 2012. Proposal due date is scheduled for on or about 30 May 2012 at 4:30 P.M. EST. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with Central Contractor Registration (CCR), located at www.ccr.gov, and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Matthew Lubiak, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090 Email:matthew.lubiak@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-R-0012/listing.html)
 
Record
SN02719069-W 20120413/120411234642-ef453e2a10e1173e4cc2d963adf69134 (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.