SOLICITATION NOTICE
Y -- FIRM FIXED PRICE INDEFINITE DELIVERY/INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACTS (MATOCS) TO SUPPORT CONSTRUCTION INFRASTRUCTURE PROJECTS FOR THE SW REGION PRIMARILY AT FORT BLISS, TX AND WHITE SANDS MISSILE RANGE, NM
- Notice Date
- 7/22/2008
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-08-R-0205
- Response Due
- 9/30/2008
- Archive Date
- 11/29/2008
- Point of Contact
- Kathy Snell, 817-886-1163
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE: Construction Services to be performed to support military construction projects assigned to the U.S. Army Corps of Engineers, (Primarily for Fort Worth District), Southwest Region which encompass the geographical areas of Arkansas, Arizona, California, Louisiana, New Mexico, Nevada, Oklahoma, and Texas; and Support for Grow the Force (GTF) Expansion Program-Building for a Division; Military Construction (MILCON) for Army and Air Force Expansion ProgramBuilding for a Division; Integrated Global Presence and Basing Strategy (IGPBS); and Base Realignment and Closure (BRAC) Primarily at Fort Bliss, Texas and White Sands Missile Range (WSMR), New Mexico. Work will include construction, Anti-Terrorism/Force Protection (AT/FP) Services, and Remediation/Demolition of Real Property, to include (but not limited to) constructing the site development and utilities for facilities located within the boundaries of our military customers in the southwest region. The primary locations for work under this contract are Ft. Bliss, TX, and White Sands Missile Range, NM. Work and responsibility will include all planning, programming, administration, and management necessary to provide all infrastructure construction work specified. Work will be conducted in strict accordance with the contract and all applicable Federal, State, and Local Laws, Regulations, Codes, and Directives. Typical projects include a wide range of site development work but are not limited to connections to and distribution of all utility systems, potable water with storage tanks and pump stations, sanitary sewer with lift station, natural gas, electrical, storm drainage, and Information System infrastructure, road and sidewalk paving, fencing, clearing and grubbing; erosion control measures, landscaping, tank trails, Anti-Terrorism/Force Protection, e.g., traffic barriers, concrete bollards, demolition, and earthwork which includes cut and fill and excavation of borrow material. The above are typical project examples, but this solicitation will involve projects that will cover all aspects pertaining to site work. This is an Unrestricted Solicitation. North American Industrial Classification System (NAICS) code applicable to this solicitation is 238910 (Site Preparation Contractors with a SBA size standard of $14 Million), which corresponds to SICs 1623, 1629, 1611, 1622. It is the intent of the Fort Worth District to issue one (1) solicitation for award of two (2) or more unrestricted Indefinite Delivery Contracts. The total estimated contract capacity range is $519,000,000 (Minimum) to $874,000,000 (Maximum) depending on the dollar amount of associated Small Business Awards being pursued with this requirement under separate solicitations. Acquisition consideration for this Infrastructure Program of $874 million will be to advertise separately four different solicitations to support four different contractor pools, UNRESTRICTED, and Small Business set-asides of HUBZone, SDVO, and 8(a). The Small Business Pools will be advertised as soon as completely designed projects are available. Two or more ID/IQ MATOC contracts in each pool are anticipated to be awarded for the construction infrastructure requirements. Contractors in one pool will not compete with contractors in another pool. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to 4 Option Periods of twelve (12) months each, for a total not to exceed contract period of 60 months. The minimum guarantee will be $20,000. The minimum guarantee amount will be applicable to the base period only. Funds above the minimum guarantee will be obligated with the issuance of task orders. The minimum task order limitation is $3,000 and the maximum task order limitation for the contracts is $130,000,000. The maximum combination of orders is $260,000,000. The Government reserves the right to exceed the stated maximum task order limitation. Task orders issued as a result of these contracts will be firm-fixed price design-bid-build. Estimated solicitation issue date is on or about August 06, 2008, under solicitation number W9126G-08-R-0205. Proposals are anticipated to be due on or about September 08, 2008 (or 30 days from issuance of the solicitation). Award will be based on overall Best Value to the Government. The following evaluation criteria listed are of descending importance and shall be used in this solicitation unless modified by amendment prior to receipt of proposals: Corporate Specialized Experience; Construction Past Performance; and Management Effectiveness. All technical factors when combined are approximately equal to price. The solicitation will be a negotiated acquisition. There will be no public bid opening. Proposals from other than small firms shall comply with FAR Clause 52.219-9, regarding the requirement for a Subcontracting Plan. The Fort Worth District goals (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 70.0%; Small Disadvantaged Business 6.2%; Women-Owned Small Business 7.0%; HUBZone Small Business 9.8%, Veteran-Owned Small Business 3.0%; and Service-Disabled Veteran-Owned Small Business 0.9%. Plans and specifications will not be provided in a hard paper copy. It is the offerors responsibility to monitor the https://www.fbo.gov/ web site for the solicitation and amendments to the solicitation. Offerors must be registered with the Central Contractor Registration (CCR) (http://www.ccr.gov/), in order to receive a Government contract award. The Contract Specialist for this solicitation will be Kathy Snell, 817-886-1163; or by e-mail at kathy.snell@usace.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e44813376e676952ca73be9310740ac&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN01619809-W 20080724/080722223136-5e44813376e676952ca73be9310740ac (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 |