Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOLICITATION NOTICE

Z -- Tinker AFB 8(a) SATOC

Notice Date
1/26/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-16-R-0077
 
Point of Contact
Brian Hutchison, Phone: 9186697426
 
E-Mail Address
brian.c.hutchison@usace.army.mil
(brian.c.hutchison@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 OVERVIEW OF REQUIREMENT 1.1 This is a two-phase competitive solicitation for a firm, fixed-price Indefinite Delivery Indefinite, Quantity (IDIQ), Single-Award Task Order Contract (SATOC) which will be awarded using the Best Value Trade-Off Process. The SATOC is for design-build construction services to meet the requirements and time constraints for military, civil, and Interagency and International Services (IIS) customers primarily at Tinker Air Force Base, OK and subsequently customers within Southwestern Division (SWD) Boundaries, and for Tulsa District customers. 1.2 The Government is looking for ways to streamline construction, manage labor and other resource constraints in an effort to reduce costs and achieve an aggressive schedule in executing task orders to meet the Army's Transformation program goals of faster project execution at lower cost, while taking advantage of industry standards, means and methods. 1.3 This SATOC contract is set-aside for 8(a) program participants. The estimated amount of the contract is $24 million. The solicitation number for this procurement is W912BV-16-R-0077. The North American Industry Classification System (NAICS) code for this program is 236220, Commercial and institutional building construction. The contract shall have a one-year base period plus up to two one-year option periods. The Government intends to award one IDIQ SATOC contract. 1.4 The scope of this SWD SATOC includes, but is not limited to, construction, renovation, repairs, preventive maintenance, and environmental abatement activities. The contracts are not only intended to execute new construction and design-build, but to provide a timely response to repair of real and personal property facilities, e.g., maintenance, repair, asbestos and lead-based paint abatement, and major and minor construction situations relating to, but not limited to, architectural, civil, mechanical, plumbing, structural, fire protection, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection. 2.0 OVERVIEW OF PHASE 1 AND PHASE 2 SELECTION PROCEDURES 2.1 Phase one will encompass technical qualifications such as specialized experience, capability to perform, and past performance and other relevant factors. Price will not be an evaluation factor for phase one. 2.2. Offerors selected to proceed to phase two will have the opportunity to submit a proposal for the seed project that will be awarded to the offeror with the best value via trade-off procedures (evaluation factors for phase two will include price, technical approach, and other relevant factors). THIS IS ONLY A PRESOLICITATION NOTICE and not a request for any information. The solicitation will be posted after 15 days from issuance of this notice. When the solicitation is posted, it will outline the required information for both phase one and phase two. Contracting Office Address: USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609 Place of Performance: Southwest Division boundaries US Point of Contact(s): Brian Hutchison, 918-669-7426
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-16-R-0077/listing.html)
 
Record
SN04000588-W 20160128/160126233851-e79a272bf24d71f700c825df0dcca4da (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.