Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2016 FBO #5517
SOLICITATION NOTICE

Y -- HUBZone Multiple Award Task Order Contract (MATOC) for Horizontal Construction Services in support of the El Centro and San Diego Border Patrol Sectors and the US Army Corps of Engineers (USACE) Southwestern Division

Notice Date
12/29/2016
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-17-R-0032
 
Archive Date
8/15/2017
 
Point of Contact
Alice Austin, Phone: 8178861267
 
E-Mail Address
alice.m.austin@usace.army.mil
(alice.m.austin@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This is a Pre-solicitation Synopsis Notice for a HUBZone Multiple Award Task Order Contract (MATOC) for Horizontal Construction Services in support of the El Centro and San Diego Border Patrol Sectors and the US Army Corps of Engineers (USACE) Southwestern Division (SWD) Fort Worth District (SWF). Offerors must be certified as a HUBZone small business by the Small Business Administration (SBA). In accordance with CFR Title 13, Part 126.200, at least 35% of a HUBZone certified firms employees must reside within a HUBZone. The resultant contractor must maintain the minimum 35% HUBZone employee requirement throughout the performance of this contract. A firm's continued HUBZone certification will be confirmed prior to exercising any task order under the contract and prior to exercise of an option period. INTERESTED FIRMS ARE REQUESTED TO EMAIL the Contract Specialist for this anticipated solicitation, Alice Austin, alice.m.austin@usace.army.mil and identify if their firm will be able to can SPEND AT LEAST 50% OF THE COST OF CONTRACT PERFORMANCE to be incurred for personnel on their own employees or subcontract employees of other HUBZone small business concerns. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS must be submitted in writing via email to the Contract Specialist as noted above. Anticipated Indefinite Delivery - Indefinite Quantity (IDIQ) contracts are based upon the projected requirements for the El Paso, Tucson and Yuma Border Patrol Sectors. 1. CONTRACT INFORMATION: The Fort Worth District intends to award a minimum of two and a target of three contracts within the HUBZone MATOC pool with an estimated maximum task order limitation of $20,000,000 and a minimum task order limitation of $2,000. The maximum combination of orders is not to exceed $30,000,000. All task orders issued will be firm-fixed price. The minimum guarantee for each contract awarded in the pool is $2,500 which applies to the base period only. Each task order will be awarded pursuant to FAR 16.505 Ordering and in accordance with the task order terms and conditions. All contracts will remain active unless or until (1) the contractor has a documented past performance record of unsatisfactory; (2) contract expiration; (3) task order completion; (4) the capacity is reached; or (5) the contract is terminated for convenience or default by the Government. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to four Option Periods of twelve (12) months each, for a total not to exceed contract period of 60 months. The Government reserves the right to award a contract for a lesser duration than stated herein if it is determined in the best interest of the Government. 2. PROJECT INFORMATION: Construction services required include a wide variety of Design-Build and/or Design-Bid-Build (DBB) construction activities, to include, but not limited to: design and construction of roads, parking lots, boat ramps, heli-pads, bridges, gates, retaining walls, drainage improvements, pedestrian border fences, vehicle border fences, airport runways, airport taxiways, levy and flood walls and lighting, irrigation systems, cemetery expansions to include pre-placed crypts, columbaria, ossuaries/memorial walls; and repair or alteration of all of these. Projects will primarily be for Department of Homeland Security but may be used on a limited basis for other customers. 3. EVALUATION INFORMATION: Proposals will be evaluated under the Two Phase Design Build Process. During Phase 1, interested firms or joint venture entities (referred to as "Offerors") may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build and design-bid-build construction IDIQ contract resulting from this solicitation. The Government will evaluate the performance capacity in accordance with the criteria described in Phase 1 solicitation and intends to select up to ten (10) of the Phase 1 Offerors to compete in Phase 2. In addition, the Government reserves the right to select more than ten (10) of the Phase 1 Offerors if, in the opinion of the Source Selection Authority, consideration of additional Offerors is warranted. In Phase 2, the selected Offerors will submit technical proposals for the initial task order, the task order summary schedule, and a price proposal for the task order only. The Government will evaluate the Phase 2 proposals in accordance with the criteria described for Phase 2 in the solicitation and award the contract to the responsible Offeror whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government, considering technical quality, performance capability, and cost. Award of the subsequent IDIQ contracts will be made to the Offeror(s) whose proposal(s) is (are) considered to represent the second and up to a target of four best value(s) to the Government based on the evaluated ratings from Phase 2 and the proposed price for the initial task order. The following evaluation (rating) criteria shall be used in this solicitation unless modified by amendment prior to receipt of proposals: Phase 1 - Experience (most important factor), Technical Approach (less important than Experience, but more important than Past Performance), and Past Performance (least important factor). Phase 2 - Construction Approach for the task order; Summary Schedule for the task order, Price. All technical factors (Construction Approach and Summary Schedule) when combined are significantly more important than Price. 4. SUBMISSION INFORMATION: Estimated solicitation issue date is on or about 27 Jan 17 under solicitation number W9126G-17-R-0032 Phase1 Proposals are anticipated to be due on or about 27 Feb 17 (approximately 30 days from issuance of the solicitation). The Government plans to conduct a Pre-Proposal Conference and site visit during Phase 2 of the evaluation process. The North American Industrial Classification System (NAICS) code applicable to this project is 237310 (Highway, Street, and Bridge Construction). The Small Business Size Standard is $36.5 Million. The anticipated solicitation will be a negotiated acquisition. There will be no public bid opening. Plans and Specifications will not be provided in a hard paper copy since electronic copy of the solicitation with specifications and drawings will be posted on Fed Biz Opps (www.fbo.gov). Prospective contractors must be registered in SAM prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration & ORCA can be obtained at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-17-R-0032/listing.html)
 
Place of Performance
Address: El Centro and San Diego Border Patrol Sectors, California, United States
 
Record
SN04360519-W 20161231/161229233830-816a409518721499fb64752857d84dcf (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.