Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2002 FBO #0256
MODIFICATION

Z -- Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC)

Notice Date
8/13/2002
 
Notice Type
Modification
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
DADA08-02-R-0006
 
Response Due
8/29/2002
 
Point of Contact
JODEY EDWARDS, 706-787-3894
 
E-Mail Address
Email your questions to Southeast Regional Contracting Office
(Jodey.Edwards@se.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA NOTICE TO PROPOSERS This request for proposal will be issued as a Two-Step Solution Order procurement. The time and date set forth for receipt of proposals is for Phase I. Phase II will be issued by amendment to the successful offerors who are determined the most highly qua lified from Phase I. Request for Proposal No: DADA08-02-R-0009 Date: June 21, 2002 Proposal Closing Date/Time August 29, 2002 at 12:00 P.M. EST Project: Indefinite Delivery Indefinite Quantity Multiple Award Solution Order Minor Construction for Medical Training Facilities (MTF) in the Southeast Region This project is being issued on an unrestricted basis. ALL INQUIRIES CONCERNING THE ATTACHED REQUEST FOR PROPOSAL (RFP) MUST BE SUBMITTED IN WRITING TO THE BELOW ADDRESS. YOU MAY EMAIL YOUR REQUESTS TO THE FOLLOWING EMAIL, jodey.Edwards@se.amedd.army.mil. Address Offer to: U.S. Army Medical Command Southeast Regional Contracting Office Attn: Jodey Edwards Bldg. 39706, 40th Street Fort Gordon, GA. 30905 SECTION 00010 TABLE OF CONTENTS INTRODUCTORY INFORMATION 00001 TITLE PAGE 00010 TABLE OF CONTENTS PROPOSAL REQUIREMENTS PHASE I 00150 PROPOSAL REQUIREMENTS (PHASE I) 00600 REPRESENTATIONS AND CERTIFICATIONS FOR CONTRACTING BY NEGOTIATIONS NOTE: The following documents will be provided by amendment to only those successful offerors who are determined as qualified to proceed to Phase II. Proposal Requirements Phase II 00100 Proposal Solicitation (SF1442) 00102 List of Drawings 00201 Instructions to Proposers 00202 Evaluation Factor for Award (Phase II) Contract Forms & Conditions of the contract 00700 Contract Clauses 00830 Davis-Bacon Wage Determination 00911 Project Statement of Work SECTION 00150 EVALUATION FACTOR FOR QUALIFICATION (PHASE I) PART I GENERAL 1.1 General Overview This procurement is for one solicitation resulting in the possible award of up to five (5) Indefinite Delivery/Indefinite Quantity (IDIQ) Solution Order contracts with a firm fixed price task order for the seed project. The Two-Phased Request for Proposal (RFP) procedure will be utilized for this procurement. The Government will use the method and procedures to select the contractors? proposal that is considered to be in the best interest of the Government by using the best value continuum and trade off p rocess in a negotiated acquisition. This solicitation will result in a possible award of up to five (5) firm fixed priced solution order construction contracts. The total amount of ALL possible five (5) contracts is NTE $3,000,000.00 with task orders ran ging from $25,000.00 to $500,000.00. 1.2 General Overview of Procurement Process Phase I of this procurement will result in a narrowing of offerors to a maximum of five (5) firms based on Phase I evaluation factors that include: (1) Past Performance, (2) Small Business Subcontracting Effort, (3) Technical Qualifications (Solution Orde r & Construction) and (4) Management Approach. There are no Plans and Specifications in Phase I. Phase I Solution Order factors relate to the five year IDIQ contract requirements for general building type projects including administrative, training, clin ics, hospitals, etc. A maximum of five (5) firms will be selected to proceed to Phase II. In Phase II, the competitive field will be required to submit technical and price proposals. The Phase II technical proposal will require preparation of a HVAC see d project, and the identification of other factors that define the quality requirements of construction. The best value offeror will receive a contract for the seed project and up to four (4) additional best value offerors will receive minimum guarantee IDIQ construction contracts. It is the Government?s intent to award these contracts simultaneously. The Government does reserve the right to award less than five (5) contra cts. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting th e highest technically rated or the lowest total price proposal; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. OFFERORS ARE ADVISED SELECTION IN PHASE I, OR AN AWARD IN PHASE II, MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Those firms selected to proceed unto Phase II will be requested to submit their proposal initially on the most favorable price and technical terms. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. However, the Government reserves the right to clarify aspects of proposals or conduct discussions providing an opportunity for the offeror to revise its proposal. 1.3 SUBMITTAL REQUIREMENTS Offerors should address all evaluation factors for Phase I, and submit an original and five (5) copies. In addition, offerors must complete and submit one copy of Section 00600, Representations and Certifications. Address to: U.S. Army, Southeast Region al contracting Office, Bldg. 39706, 40th Street, Attn: Jodey Edwards, Fort Gordon, GA. 30905 by 12:00 P.M., EST 28 August 2002. It is imperative that you clearly indicate on the outside of your package the solicitation number and Attn: Jodey Edwards. LATE SUBMITTALS WILL NOT BE ACCEPTED. It is desired that proposals not exceed fifty (50) single sided pages of 8.5 X 11 size paper with 12 pitch. Additionally, brochures or other preprinted material may be submitted with a desired not-to-exceed fifty (50) pages. Factor B submittal is not inc luded in this count. 1.4 SPECIALIZED CONTRACT DESCRIPTION The work will primarily consist of any all minor construction projects to include renovations, additions, HVAC repair/replacement, painting, plumbing, asbestos removal/abatement, etc. for the Department of the Army Medical Treatment Facilities located prim arily in the Southeastern States. The work may be concentrated at, but not limited to, Fort Gordon, GA; Fort Stewart, SC; Fort Jackson, SC; Redstone, AL; Fort Benning, GA; Fort Rucker, SC, Fort Campbell, KY; Fort McPherson, GA and Fort Jackson, SC. The estimated value for all contracts is $3,000,000.00. Each contract will be for one base year and four one-year options. The anticipated range for each task order is between $25,000.00 and $500,000.00. After award of the initial contracts, the success fully offerors will compete for task orders based on either Best Value to the Government or Lowest Price Technically Acceptable. The subsequent task orders Statement of Work (SOW) will be written based on Government/Contractor team cooperative scooping of the work. On-site walk-throughs will be conducted with the IDIQ contractors and appropriate government personnel to jointly assess and determine a SOW. Then a RFP will be issued to only those selected contractors to compete for the task orders. Lack of participating may result in the Government not exercising the option for extending the contract. Task orders may required multi-disciplined solution ordered services in all aspects of general building construction for new and renovation projects includin g lead and asbestos abatement. PART 2 EVALUATION FACTORS (PHASE I) The evaluation factor are summarized below are of equal importance: Factor A: Past Performance 1. Solution Order Team (Government/Contractor Joint development of project solutions) 2. Construction Team Factor B: Small Business Contracting Effort (Phase I) 1. Utilization of SB, WOSB, VOSB, HUBZone, SDB, SDVOSB, and HBCU/MI businesses. Factor C: Technical Qualifications 1. Solution Or der Team 2. Construction Team 3. Recent Specialized Experience 4. Capacity to accomplish the work Factor D: Management Approach 1. Corporate Experience 2. Quality Control & Key Personnel 3. Safety/Health Precautions/Procedures 4. Bonding Capacity The following should be used as a guide in determining overall technical acceptability of each proposal. EXCEPTIONAL (E) The proposal demonstrates an outstanding approach that exceeds the stated requirements. There is little or no risk of failure to meet the RFP requirements. A complete understanding of the solicitation is demonstrated. No clarification o r exchanges are needed and selection for Phase II may be made without exchanges with the offeror. ACCEPTABLE (A) The Proposal demonstrates an acceptable approach that meets the stated requirements. There is little risk of failure to meet the RFP requirements. Weaknesses, if any, are minor and need not be corrected prior to issuance of Phase II of t he solicitation. MARGINAL (M) The Proposal demonstrates an approach that fails to meet the stated requirements. The proposal lacks essential information or is conflicting. There is no reasonable likelihood of success without revision of the proposal. The proposal cont ains deficiencies that will need to be corrected before further consideration. The proposal is unacceptable without resolving deficiencies. UNACCEPTABLE (U) The proposal demonstrates an approach that significantly fials to meet the stated requirements. As submitted, the proposal lacks essential information and presents an unacceptable level of risk to the Government. Deficiencies are so major or extensive that a major revision or rewrite of the proposal would be necessary. FACTOR A: PAST PERFORMANCE The Government will evaluate the quality of the offeror?s past performance considering recency, relevancy, sources, context, and trends. This evaluation is separate and distinct from the Contracting Officer?s responsibility determination. The assessment of the offeror?s past performance will be used a means of evaluating the relative capability of the offeror to successfully meet the requirements of this RFP. The Government reserves the right to obtain information for use in the evaluation of past perfor mance from any and all sources including sources outside the Government. The evaluation will take into account performance of key personnel regarding predecessor companies, if applicable,. Offerors lacking relevant past performance history will not be ev aluated favorably or unfavorably for past performance. The offeor must provide the information requested below for past performance evaluation of affirmatively state that it possesses no relevant, directly related, or similar past performance. 1. Solution Order Team ? Submit past performance information on up to five (5) projects that best demonstrates contractor and government joint project solution/scooping of projects that are similar in scope, size and complexity of those proposed/anticipate d projects. Include any awards, customer letters of commendation, etc., with point of contact and telephone numbers. 2. Construction Team: Submit past performance information on up to five (5) projects that best demonstrates construction performance on work that is similar in scope, size and complexity to those proposed/anticipated project types. Include construction a wards, customer letters of commendation, etc. with points of contract and telephone numbers. NOTE: Projects submitted as past performance references do not necessarily have to be design-build projects. FACTOR B: SMALL BUSINESS SUBCONTRACTING EFFORT COMMITMENTS TO HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZone), SMALL BUSINESS (SB), SMALL DISADVANTAGED BUSINESS (SDB), WOMEN-OWNED SMALL BUSINESS (WOSB), VETERAN-OWNED SMALL BUSINESS (VOSB), SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB), AND HISTORICALLY BLACK COLLEGE AND UNIVERSITY OR MINORITY I NSTITUTION (HBCU/MI): The Southeast Regional Contracting Office (SERCO) has established subcontracting goals of at least 94.3% percent to small business. Of the total subcontracted effort, the goals are a minimum of 2.5% HUBZone firms, 18.8% to SDB firms, 7.7% to WOSB, 3% SDV OSB, and 3% to VOSB firms. Large Business firms will be evaluated against the above stated goals with more credit given to firms that exceed these goals. Offerors must address the following subfactors in sufficient detail to allow proper evaluation and rating: (a) PAST PERFORMANCE IN UTILIZING HUBZone, SB, SDB, WOSB, VOSB, SDVOSB FIRMS, AND HBCU/MI IN PREVIOUS CONTRACTS. Definitions: HUBZone: Certified HUBZone firms are listed on the SBA Pro-Net system at www.sba.gov. Sufficient HUBZone firms may not be available for the type of requirement subcontracted. If there are insufficient HUBZone firms available at the time this proposal is submitted, please include explanation in the proposal. This will not relieve the goal for option periods, if applicable. The prime is expected to make every effort to accomplish the goals as assigned. The HUBZone goal will increase .5% each year until it reached 3% in 2003, and it will remain constant thereafter. OFFERORS: (*Only Large Businesses Must Respond to No. 2) 1. Provide information any awards you received within the past three (3) years for outstanding supports to HUBZone, SB, SDB, WOSB, VOSB, SDVOSB firms, and if applicable, HBCU/MI. 2. *Provide final SF294s ?Subcontracting Report for Individual Contracts? on three most recently completed contracts (not necessarily those projects listed under Factor A, Past Performance) or any other documentation showing compliance with the utilization of HUBZone, SB, SDB, WOSB, VOSB, SDVOSB firms, and if applicable, HBCU/MI. Include the dollar value and percentage of work (of total contract value) subcontracted to LB, HUBZone, SB, SDB, WOSB, VOSB, SDVOSB firms, and if applicable, HBCU/MI for each. If goals were not met on submitted contract, provide an explanation as to why. 3. Provide performance evaluation ratings obtained on implementation of subcontracting plans, if available, on three recently completed DoD contracts. 4. Provide information on existing or pending mentor-prot?g? agreements. 5. Provide information, if available, on use of Community Rehabilitation Programs organizations certified under the Javit-Wagner O?Day (JWOD) Program by NIB or NISH. FACTOR C: Technical Qualifications 1. Solution order concept Team ? Submit key personnel staffing that demonstrates technical qualifications in all disciplines (including as applicable: sustainable solutions to projects, asbestos, fire protection, building renovations/additions, HVAC, elec trical work, etc. 2. Construction Team ? Submit key personnel staffing that demonstrates technical qualifications in all disciplines (including as applicable: superintendent, quality contract, health/safety, etc.) required to perform work similar to those type possible pro jects. FACTOR D: Management Approach 1. Submit organizational structure for solution order concept and construction teams demonstrating contractual arrangements and line of authority among key personnel. 2. Submit Experience Modifier Ratio for each of the past three (3) years. If there are extenuating circumstances concerning your rating, provide background information and reference for validation. Phase II Those firms selected to proceed into Phase II will receive a SF1442 to this presolicitation. This SF1442 will request a Price Proposal and address additional Technical Evaluation Factors. Price and technical will be of equal importance. Technical Evalua tion factor that may be addressed in Phase II are as follows: A. Past Performance (Phase I submittal will be utilized) B. Small Business Subcontracting Effort (Phase II) C. Technical Qualifications D. Technical Solution
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
Country: US
 
Record
SN00139743-W 20020815/020813213625 (fbodaily.com)
 
Source
FedBizOpps.gov 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.