SOLICITATION NOTICE
Y -- REPAIR UTILIDORS PHASE 6, EIELSON AFB, ALASKA
- Notice Date
- 7/22/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-05-R-0024
- Response Due
- 9/15/2005
- Archive Date
- 11/14/2005
- Small Business Set-Aside
- N/A
- Description
- CONTRACT INFORMATION: This request for proposal is a design/build, full and open competitive procurement. The procurement will be conducted using source selection procedures and the award will be based on the best value to the Government considerin g price and non-price factors, which are cited in this announcement and the solicitation. Any resulting contract will be firm-fixed priced. The Government intends to award up to two (2) Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts as the res ult of this solicitation. These contracts shall be for a base period of two years and two (2) 1-year options, for a potential total of four (4) years. The maximum combined awards under both contracts shall not exceed $48,000,000.00, including options. T he minimum guaranteed amount for each contract is $10,000.00 for the base period and $7,500.00 for each option period. The Government intends to compete subsequent task orders for design-build construction between the awardees of the ID/IQ contracts. The limit of each subsequent task order is that of the contract. NAICS Code: 237110, which has a size standard of $28,500,000.00. ID/IQ Contract(s): Anticipated Award: 30 September 2005 with a 2-year contract period. Proposed Options: two 1-year options Concurrent Task Order(s): Anticipated NTP: 10 October 2005 with a 365 calendar days period of performance. Proposed Options: 12 Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional approval. Should Congress not authorize this project or appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all pro posal preparation costs will be borne by the offeror. If a large business is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The FY05 subcontracting goals for this contract are a minimum of 50.9% of the contractor's intended subcontract amount be placed with small businesses, 8.8% of that to small disadvantaged businesses, 7.2% to woman-owned small businesses, 0.5% to service disabl ed veteran-owned small business and 2.9% to HUB zone small businesses. The Davis-Bacon Act will apply. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and fin al award. All contractors are advised that they must be registered in CCR and ORCA (http://orca.bpn.gov). Joint ventures must also be registered in CCR and ORCA as a joint venture. We advise contractors begin this process when they prepare their proposa l in order to ensure this registration is in place should they be selected for the award. Lack of registration in the CCR database will make an offeror ineligible for award. (Reference DFAR 252.204-7004, Required Central Contractor Registration). TASK ORDER PROJECT INFORMATION: Base includes repair and replacement of approximately 1,500 feet of utilidor and demolition of approximately 170 feet of utilidor in the Base Cantonment area and repair and replacement of approximately 820 feet of utilidor and demolition of approximately 330 feet of utilidor in the Family Housing area. Options include repair and replacement of approximately 1,760 feet of utilidor and demolition of approximately 2,900 feet of utilidor in the Base Cantonment area. Place of Performance: Eielson AFB, Alaska. Base Cantonment Area: Estimated Construction Range: $7M - $9M. Family Housing Area: Estimated Construction Range: $1.5M - $2.5M. SELECTION CRITERIA: This acquisition will evaluate offerors considering the following technical factors: Volume 1 (ID/IQ Contract): " Experience (Tab A) " Past Performance (Tab B) " Organization And Management (Tabs C) " Subcontracting Plan (to be submitted by Large Businesses) (Tab D) Volume 2 (Task Orders): " Design Narrative (Tab A) " Propo sed Equipment (Tab B) " Proposed Schedule (Tab C) Volume 3 (ID/IQ Contract and Task Order): " Price " Maximum Rates/Fees Volume One. The Government considers the factors Experience, Past Performance, and Organization and Management to be of equal importance. The Subcontracting Plan will be evaluated as acceptable or unacceptable in accordance with AFARS 5119.705. Volume Two. For Volume Two, all Factors are in descending order of importance. Volume Three. The Government will perform a price analysis comparing the proposed price to the Independent Government Estimate and prices of other offerors. Prices for the ID/IQ contract and also for each task order shall be evaluated separately for reas onableness and affordability. OBTAINING THE SOLICITATION: The solicitation for this project will be available on the Alaska District Contracting Division internet home page at http://www.poa.usace.army.mil/Contracting/default.asp for downloading. Any future amendments to the solicita tion will also be available for download from this web site. If you experience problems registering the plan holders list or have problems downloading plans specifications or amendments please contact the contract specialist identified herein. It is imp ortant that you first go to this web site and click on the advertised solicitation you are interested in. Go to Plan Holder Registration. This will require you to establish a user name and pass word. Keep the user name and pass word and share it with an yone else in your organization that is responsible for registering your firm on plan holders lists. With this system you complete the full registration once. If you have your user name and password you may return to the system and register for other jobs without re-registering. However, you may only do this using your initial user name and password. To receive notification on any amendments to the solicitation you must be registered on the planholders list. Please complete all required information. T he solicitation will be available for download approximately early to mid-Aug 05. To download the solicitation go to the Alaska District Contracting Division Internet Home Page at the above website. Click Advertise/Solicitations. This will take you to a list of advertised solicitations. Select the desired solicitation number. Click on the desired file to download and follow the instructions provided therein. All responsible sources may submit an offer, which will be considered by the agency. CONTRACT SPECIALIST IS LEON CLAY 907-753-2879 or email evan.l.clay@usace.army.mil
- Place of Performance
- Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
- Zip Code: 99506-6898
- Country: US
- Zip Code: 99506-6898
- Record
- SN00853050-W 20050724/050722212319 (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 |