Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
MODIFICATION

Z -- Multiple Award Task Order Contract (MATOC) for "Design-Bid-Build" (DBB) and "Design-Build" (DB) Construction Services for the DoD on Oahu, Hawaii

Notice Date
4/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-12-R-0010
 
Response Due
6/4/2012
 
Archive Date
8/3/2012
 
Point of Contact
Joshua Mueller, 808-438-1225
 
E-Mail Address
USACE District, Honolulu
(joshua.d.mueller@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes a Pre-solicitation notice (synopsis) in accordance with FAR Subpart 5.2. The U.S. Army Corps of Engineers, Honolulu District hereby announces its intent to issue a solicitation entitled "Multiple Award Task Order Contract (MATOC) for "Design-Bid-Build" (DBB) and "Design-Build" (DB) Construction Services for the DoD on Oahu, Hawaii", as described within this announcement. THIS IS NOT A FORMAL SOLICITATION. The Government intends to issue a formal solicitation via a Request for Proposals (RFP) in accordance with FAR Part 15, which will follow this announcement. The basis for award and evaluation factors will be in accordance with the "Basis for Award/Evaluation Factors" section within this announcement below. The primary purpose of this announcement is to improve small business access to acquisition information and enhance competition by identifying contracting and subcontracting opportunities. The Government intends to solicit this requirement as a total small business set-aside in accordance with FAR Subpart 19.5. The North American Industry Classification code (NAICS) for this requirement is 236220. The Small Business size standard for this NAICS code is $33.5M average annual revenue. As a result of this solicitation, the Government intends to award a firm-fixed price multiple award task order contract for construction services, to include DBB and DB services. The Government intends to award two (2) separate IDIQ contracts as a result of this solicitation. The duration of the resulting IDIQ contracts will include one (1) base year from date of award + four (4) option years. Each task order will be competed amongst the awardees. The maximum shared capacity of the MATOC is Not-to-Exceed $49,000,000.00. The Government intends to obligate itself to a minimum guaranteed contract amount of $3,000 per year during the term of the contract. Contractors shall be required to conform to a separate scope of work for each task order, but in general the type and nature of the requirements will be in accordance with the "Project Description" section within this announcement below. Project Description: Multiple Award Task Order Contract (MATOC) for "Design-Bid-Build" (DBB) and "Design-Build" (DB) Construction Services for the DoD on Oahu, Hawaii The purpose of this indefinite delivery/indefinite quantity (IDIQ) contract will be to provide DB and DBB construction services, primarily in a highly secured Sensitive Compartment Information Facility (SCIF) in Kunia, Hawaii, but also other facilities within the Island of Oahu. The contractor shall have general construction experience and be familiar with various Department of Defense facilities repair and construction specifically works involving communication sites. Contractor personnel working on-site must be US citizens. Contractors must have bonding capability of at least $6.5M per task order and a $49.0M aggregate bonding capability. Task deliverables may be dynamic and may require fast track proposals and execution. Task orders are anticipated to be in the $100K to $6.5M range. Potential examples of the types of projects may include, but not be limited to: a)Renovation/repair of whole floors within a fully operational office building, planned in such a way that allows for continuity of operations and minimizes disruptions. Work may include demolition and replacement of hazardous and deteriorated materials, replacement and updates to mechanical infrastructure, existing partitions, doors, and frames areas of finished flooring and acoustical panel ceiling, parts of the air conditioning ductwork, electric/telephone/comm./data wiring, lighting, and sprinkler piping, raised floor installation, etc. b)Restoration of critical building core and infrastructure on multiple floors within a fully operational office building, planned in such a way that allows for continuity of operations and minimizes disruptions. Work may include the relocation and modernization of central elements of the building's mechanical, electrical, security/alarm systems, and telecommunications/IT systems. Mechanical work may include new distribution ductwork, VAV boxes, air devices, and HVAC controls accommodating zoned control. Electric work may include new lighting and electrical distribution from distribution boards to new circuits in offices and evenly spaced throughout a raised floor grid in open work areas. Telecommunications work may include new distribution from telecom closets to new locations in offices and evenly spaced throughout a raised floor grid in open work areas. Sprinkler work may include modifications and adjustments to the existing infrastructure as necessary to accommodate new ceilings and new physical layouts through the renovated space. c)Civil construction work such as fence/gate installation, road work (concrete and black top paving), painting and striping outside parking lots, and/or the excavation and installation of outside lights. Basis for Award/Evaluation Factors: The Government intends to utilize the Tradeoff Process for Source Selection in accordance with FAR 15.101-1. Award will be made to the offerors proposing the combination most advantageous to the Government based upon an integrated assessment of the proposals received. A preliminary description of the evaluation factors and subfactors is described below. Further details pertaining to the evaluation factors/subfactors will be provided in the official RFP. For this procurement, it is intended that the non-priced factors listed below, when combined, will be approximately equal in importance to price. Factor 1: Technical Approach - Sample Project. Factor 2: Past Performance. Factor 3: Price - Sample Project. Where to Send Responses: Responses are not needed to this announcement, but questions surrounding this procurement may be submitted W9128A-12-R-0010@usace.army.mil. Additionally, you may copy your inquiries to Mr. Ted Turney at theodore.t.turney@usace.army.mil and/or Ms. Maria Buckner at maria.r.buckner@usace.army.mil. Place of Performance: Oahu, Hawaii Other information: The solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov) when released. Proposals will be due approximately 30 days after the actual solicitation issuance date. It is anticipated that the formal solicitation will be issued within the next 7 days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-12-R-0010/listing.html)
 
Place of Performance
Address: USACE District, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN02733255-W 20120429/120427235109-98f5f94ad9f4be607d81960794966362 (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.