Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2007 FBO #2218
MODIFICATION

Y -- Amendment to Presolicitation Notice for Multiple Award Task Order Contract (MATOC) for Construction and/or Design/Build of Child Development Centers (CDC) for the Southern Region

Notice Date
12/21/2007
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-08-R-0004
 
Response Due
2/11/2008
 
Archive Date
4/11/2008
 
Point of Contact
Aaron Kelly, 256-895-1295
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville
(aaron.a.kelly@usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
The Presolicitation Notice is hereby changed to read as follows: US Army Corps of Engineers, Huntsville, P.O. Box 1600, Huntsville, AL 35807-4301 Description Multiple Award Task Order IDIQ Contract (MATOC) for Construction and/or Design of C hild Development Centers (CDC) for the Southern Region (AL, AR, AZ, CA, FL, GA, KY, LA, MS, NC, NV, NM, OK, SC, TN, and TX). This acquisition is being offered for competition limited to eligible 8(a) concerns. The proposed IDIQ contract consists of one ( 1) base year and four (4) option years. The MATOC contract will be solicited and procured using Best Value Trade-Off methodology based on the Two-Phase Design Build Process in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. Phase I (on e) of the solicitation process will narrow the number of offerors eligible for consideration during Phase II (two) of the process, to eight or fewer eligible offerors. The pool of contractors which successfully receive an award will share the total contra ct capacity. Task orders issued under this MATOC will be firm-fixed price. The total magnitude of this MATOC is estimated at between $100,000,000 and $250,000,000. The magnitude of the seed projects are estimated at between $5,000,000 and $10,000,000. Task orders awarded under this IDIQ contract may include options. Description of work: Task Orders issued under this contract will be for the design and construction, or the construction only, of Child Development Centers (CDC). Child Development Centers encompass but are not limited to CDC's for Infants and Toddlers, School Age Children, Army Community Centers, and Youth Activity Centers. As Child Development Centers the projects could include multi-purpose rooms, administrative offices, full service ki tchen, separate adult and children's bathrooms, equipment storage, staff training rooms, central registration area, and enlarged mechanical room. Child Development Centers have design features focused on the safety of children. The electrical and plumbin g design is unique to the safety needs of children. The design and construction criteria for other features such as the HVAC, flooring, doors, and countertops all must meet the standards for the safety and health of children. Development of the facility may also include associated site development necessary to construct CDC Facilities. Development of these facilities may also include all associated site development required including all site planning; clearing; grubbing; grading; installation of utility infrastructure; and, installation of roads, service access, parking, and landscaping. Comparable projects in the private sector that are similar to the construction contemplated include: office type buildings, child care facilities, schools, and youth ce nters. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov prior to submission of Phase I proposals. In order to inspect and download RFP documents without charge, contractors and their subcontractors must register at Federal Technical Data System (FedTeDS) at www.fedteds.gov, once their CCR registrat ion is complete. The solicitation will be posted to FedBizOpps at www.fedbizopps.gov, and is available to contractors without charge, contractors can search for the solicitation by solicitation number. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The evaluation factors and their importance for this MATOC are listed below: The evaluation factors for Phase I are: FACTOR 1 Specialized Experience, FACTOR 2 Past Performance, and FACTOR 3 Organizational a nd Technical Approach. The evaluation factors and their associated levels of importance for Phase II are: FACTOR 1 Design Technical, FACTOR 2 Phase I Proposal Evaluation, FACTOR 3 Proposed Contract Duration and Summary Schedule. FACTOR 4 Small Business U tilization, FACTOR 5 Pricing . The Factors of each Phase will be broke down further in their associated RFP. All non-cost factors, when combined, are significantly more important than Price. Award will be made to an Offeror whose technical submittal and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all o ffers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. Phase One for this solicitation will be issued in electronic format only and will b e available on or about 9 January 2008. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. The estimated Phase I Proposal Due Date is 11 February 2008 and will be stated in the solicitation. Point of C ontact Aaron Kelly, 256-895-1295 Email your questions to US Army Corps of Engineers, Huntsville at aaron.a.kelly@usace.army.mil
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01475297-W 20071223/071221225602 (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.