Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2008 FBO #2231
SOURCES SOUGHT

Y -- REQUESTS FOR INFORMATION: The ALASKA DISTRICT CORPS OF ENGINEERS requests information about the interest and capability of potential offerors for the requirement described below.

Notice Date
1/3/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-R-0023
 
Response Due
1/28/2008
 
Archive Date
3/28/2008
 
Point of Contact
Tim Clapp, (907) 753-2836
 
E-Mail Address
Email your questions to US Army Corp of Engineers, Alaska
(timothy.l.clapp@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. REQUESTS FOR INFORMATION: The ALASKA DISTRICT CORPS OF ENGINEERS requests information about the interest and capability of potential offerors for the requirement described below. A questionnaire regarding the planned solicitation is found a t the end of this announcement. Interested parties are requested to complete the questionnaire and provide comments on the proposed method of selection, contract type, proposed task order limitations, and maximum quantities. The objective is to achieve m aximum competition, fulfill agency commitment to utilize small disadvantaged businesses, and to simplify and reduce lead-time for procurement of agency requirements through use of a Multiple Award Task Order Contract (MATOC). 2. PROPOSED REQUIREME NT: THE ALASKA DISTRICT CORPS OF ENGINEERS plans to solicit offers for Design-Build Construction Services and/or Construction Services, Various Locations in Alaska, classified under NAICS category 236220. Services planned to be obtained under this solicit ation include design-build construction, adapt build construction or construction from Government-furnished design for barracks and company operation facilities. The Government has decided to involve industry in developing a regional concept to allow mult iple awards. A multiple schedule Indefinite Delivery Indefinite Quantity Type (IDIQ) contract is anticipated. a. Schedule A shall consist of a 3-year base period of performance for a quantity not to exceed $400,000,000.00 with 1 two-year optiona l periods of performance not exceeding $270,000,000.00 . A $65,000,000.00 maximum ordering limitation per Task Order is anticipated with a minimum order amount of $ 20,000,000.00. Multiple awards are anticipated for Schedule A with two or more contract a wards, set-aside under the authority of the Small Business Act, 15 U.S.C 637(a) for qualified contractors. Two or more additional contract awards are anticipated for large or small business contractors under Schedule A. An offeror may submit a proposal f or either Schedule A or B. b. Schedule B shall consist of a 3-year base period of performance not expected to exceed $400,000,000.00 with 1 two-year optional periods not to exceed $270,000,000.00. A $65,000,000.00 maximum ordering limit for Task O rders is anticipated with a $20,000,00.00 minimum order amount for Schedule B awards. Multiple awards are anticipated for Schedule B with two or more contract awards to be made under the authority of Section 8(a) of the Small Business Act, 15 U.S.C 637(a) to qualified 8(a) contractors. An offeror may submit a proposal for either Schedule A or B. Note that Schedule B is restricted to qualified 8(a) contractors. See example schedule. 3. METHOD OF SELECTION OF AWARDEES: For Schedules A, a nd B described above, THE ALASKA DISTRICT CORPS OF ENGINEERS plans to select from 8(a), and large and small offerors using the best-value source selection method. The planned factors for selection of awardees include the following non-price factors, liste d in descending order of importance for both the Construction and Design team members (to include credentials of proposed design team members): Past performance, key personnel, experience. Other factors to be considered are organization and m anagement, and small-business subcontracting plan where applicable. Price/cost shall be evaluated using proposed management personnel and key personnel hourly rates, direct overhead rate applicable to management and key personnel, labor burdens for trades men exclusive of those required, if applicable, by the Davis-Bacon rates and General & Administrative overhead rate for the base period and each optional period. Costs will be evaluated for realism and affordability by comparing to the Independent Governme nt Estimate and the costs of the other offerors. When selecting an awardee for a contract under either schedule, the price/cost element of the proposal is plan ned to be less important than the combined non-price factors in determining the best value to the Government. The offers that present the best value to the Government non-price factors and price/cost considered shall receive an award using the Best-Value Source Selection method. 4. COMPETITION OF TASK ORDERS: For the IDIQ contract periods described herein and within the monetary limitations defined, awardees of the IDIQ contract shall have a fair opportunity to compete for Design-Build Constructi on or Construction task orders with the following exceptions: (1) Competition for Task Orders from $20,000,000.00 to $35,000,000.00 may be limited to 8(a) firm awardees in accordance with FAR 19.805-1; (2) Task Orders may also be negotiated a nd awarded for a negotiated fair and reasonable price on a sole-source basis to an IDIQ awardee under the following conditions: a. Requirements under $35,000,000.00 to 8(a) awardees; b. Any requirement under the IDIQ maximum Task Order lim it to an 8(a) awardee owned by an Indian tribe or an Alaska Native Corporation; (will need to add other 8(a) entities based on regions) c. Competition among IDIQ awardees would result in an unacceptable delay in fulfilling an urgent requirement;<BR > d. Unique or highly specialized services of a quality obtainable from a single IDIQ awardee; e. In the interest of economy and efficiency for a logical follow-on order already issued under the contract where awardees were given a fair opportun ity for the original order; f. To satisfy the minimum guaranteed amount. Selection of an awardee submitting a proposal for a competitive Task Order is planned to be based on the following non-price factors and or price. The relative importan ce of factors as well as the relative importance of the non-price factors to price shall vary with Task Orders. a. Past performance on other Task Orders; b. Understanding of the Requirement; c. Schedule; d. Other predetermined factors considered important to successful completion of the individual Task Order. The best-value, low-price technically acceptable, or low-price selection methods may be used to select awardees for competitive Task Orders. 5. EXERCISE OF OPTIONS: Past performance on Task Orders shall be a factor in determining whether an additional period of services shall be awarded under this IDIQ. Optional periods may be exercised early if contract capacity is exceeded before the term expiration; how ever, the term or life of the contract shall be decreased accordingly. Exercise of options are solely at the discretion of the Government. 6. PROPOSALS FOR TASK ORDER (DESIGN-BUILD) Requests for proposals (RFPs) for Task Orders shall require the off eror to prepare a technical proposal from specified criteria for function and size of facility in accordance with specified Military technical standards and prescribed industry standards. RFPs may be issued in varying states of design completion ranging f rom a narrative request for a concept design, a 10 percent to 35 percent, or a 65 percent design to 100 percent design. RFPs for new construction or facility rehabilitation of low complexity may consist of a simple narrative scope of work and an on-site review of the requirement. 7. HOW TO RESPOND TO THIS SURVEY: This is not a request for proposal. You may respond with your interest to propose and provide comment to this. Responses received within 30 days of the posting of this survey will be used in formulating the final acquisition strategy for this requirement. Provide responses to Timothy L. Clapp, Contracting Officer, via e-mail at timothy.l.clapp@poa02.usace.army.mil. If you have any questions regarding this survey you may call Mr. C lapp at 907-753-2836. Survey Questions for firms, if applicable, classified under NAICS category 233 and oth er interested parties: 1. What is your business category? Certified 8(a) ____ 8(a) certified, Tribal, Native or Alaska Native Corporation ____ _______ Small Business (under $28.5 million) ________ Large Business (over $28.5 million) ______ ____ Other (explain) _______ 2. Does your firm have sufficient bonding capacity? a. For Schedule A? $__ million single project? Yes _____ No ______ $__ Million aggregate? Yes _____ No ______ b. For Schedule B? $__ million single project? Yes _______ No ______ $__ million aggregate? Yes_________ No ______ 3. Does your firm have the resources and bonding capacity to propose on at least two Task Orders of the dollar magnitude specified for S chedule A? Yes ______ No ____ for Schedule B Yes ________ No _________ 4. Does your firm have the resources to manage construction for more than one Task Order for a Schedule A award in multiple locations? Yes ______ No ______________ For Schedu le B Yes ______________ No _________________ 5. Does the solicitation described in this announcement present barriers that would prevent or discourage your firm from participating? Please describe. 7. Please provide any further comments you may have regarding this announcement or any information you wish to provide. Example Schedule SCHEDULE A: For Large and Small Businesses providing a proposal for ALL Items. ITEM Description 0001 Construction in Alaska 0001A $__ Million single project? Yes _____ No ______ 0001B $__ Million aggregate? Yes _____ No ______ SCHEDULE B: For Eligible 8(a) Firms p roviding a proposal for ALL Items. ITEM Description 0002 Construction in Alaska 0002A $__ Million single project? Yes _____ No ______ 0002B $__ Million aggregate? Yes _____ No ______
 
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
 
Record
SN01478693-W 20080105/080103223932 (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.