Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2006 FBO #1795
MODIFICATION

Y -- Yellowstone and Grand Teton National Park Multiple Award Task ORder Contract (MATOC)

Notice Date
10/24/2006
 
Notice Type
Modification
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA, 98661-3801
 
ZIP Code
98661-3801
 
Solicitation Number
DTFH70-06-R-00001
 
Response Due
3/1/2007
 
Description
YELLOWSTONE and GRAND TETON NATIONAL PARK MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) THIS MODIFICATION IS ISSED TO UPDATE THE SMALL BUSINESS SIZE STANDARD FROM $28.5 MILLION TO $31 MILLION AND TO UPDATE THE AGGREGATE BONDING LIMITS FROM $30 MILLION TO $50 MILLION AS INDICATED BELOW. All other stipulations of the synopsis remain the same. THIS SOLICITATION IS OFFERED FOR FULL AND OPEN COMPETITION ON AN UNRESTRICTED BASIS. This procurement consists of one solicitation with the intent of awarding at least three (3) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Road/Bridge/Highway construction and related services for Yellowstone and Grand Teton National Parks, Wyoming (assuming receipt of 3 or more acceptable offerors). The IDIQ contracts will have a base period of one year and have four one-year options periods for a potential length of 5 years. All work will be ordered by task order. The task orders for the anticipated contracts will be firm fixed price and work performed will be primarily construction of roads, bridges, and retaining wall projects under the NAICS code 237310, Highway, Street, and Bridge Construction (small business size standard of: $31 MILLION ? updated from $28.5 million). Individual task orders will be competed among all awardees and will vary in anticipated size ranging from $25,000.00 to $25,000,000.00. Total dollar value of all task orders placed on all contracts awarded will not exceed the total program value of $127 Million. Western Federal Lands (WFL) intends to issue all documents to include the initial solicitation, amendments, clarification letters, and other applicable documents electronically. Only project plan sheets and physical data will be available in hard copy. The contractor may be required under a Design - Build task order, to provide design, working drawings, construction, and on-site design support. As an element of the evaluation, all offerors must provide proof of their bonding capacity. Bonding limits are as follows: Single project $25 Million and aggregate $50 MILLION (updated from $30 million). The guaranteed minimum for the life of each contract is $25,000.00, which may be met by award of a task order. All contracts will remain active: (1) until contract expiration, (2) until task order completion, or (3) until the contractual maximum funding limit is reached. Awards will be made using Best Value source selection procedures. The Government will award the contracts resulting from this solicitation to the responsible offerors whose proposals, conforming to the Request For Proposal (RFP) will be the Best Value to the Government. Best Value will be determined using a trade-off process, comparing price, technical, and other factors. It is the Governments intent to award based on initial offers received, without discussions. The award may be made to a superior offeror which is not the lowest offered price, but which is significantly more technically advantageous than the lowest offer so as to justify the payment of a higher price. The evaluation factors and selection process will be issued prior to the solicitation to allow potential offerors ample time for preparation. Offerors will be required to submit technical and cost/price proposals for the first project(s)/task order(s), which will be included in the RFP. Once the contracts are awarded, the Government will compete the work among the awardees based on performance and other factors set forth in the contract and Task Order RFP. Selected firms will be expected to work closely with WFL and Park personnel. Each awardee will be provided a fair opportunity to be considered for subsequent task orders, except under those circumstances described in FAR 16.505(b)(2) which states: (2) Exceptions to the fair opportunity process. The contracting officer shall give every awardee a fair opportunity to be considered for a delivery-order or task-order exceeding $2,500 unless one of the following statutory exceptions applies: (i) The agency need for the supplies or services is so urgent that providing a fair opportunity would result in unacceptable delays; (ii) Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized; (iii) The order must be issued on a sole-source basis in the interest of economy and efficiency as a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. (iv) It is necessary to place an order to satisfy a minimum guarantee. It is the contractors responsibility to monitor the web page for any amendments to this solicitation. All contractors must be registered in the Central Contractor Registration (CCR) database prior to award. Registration information for CCR may be obtained by phoning 1-888-227-2423 or by accessing the Internet website at http://www.ccr.gov. Bonding and Insurance will be required for Construction project task orders. Liquidated damages and Davis Bacon Rates will be specified in individual task orders. This procurement is advertised as a full and open competition. Clicking on REGISTER TO RECEIVE NOTIFICATION and completing the information ensures electronic notification when solicitation documents are issued. The REQUEST FOR PROPOSAL (specifications) and OFFERORS PACKET will be available in electronic format only. Plans will be available in paper format. When the Request for Proposal becomes available, you may request plans by e-mail at contracts@mail.wfl.fhwa.dot.gov, or by fax (360) 619-7932.
 
Place of Performance
Address: Yellowstone/Grand Teton National Parks, Wyoming
Zip Code: 82190
Country: UNITED STATES
 
Record
SN01169846-W 20061026/061024220147 (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.