Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2009 FBO #2622
DOCUMENT

Z -- IDIQ FOR REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACTS AT VARIOUS DHS FACILITIES THROUGHOUT THE U.S. AND ITS TERRITORIES - RMACC MAP

Notice Date
1/28/2009
 
Notice Type
RMACC MAP
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, California, 94606-5000
 
ZIP Code
94606-5000
 
Solicitation Number
HSCG88-09-R-623066(B)
 
Response Due
4/2/2009
 
Point of Contact
Janice M Preston,, Phone: 510-535-7286, JEFFREY CROSS,, Phone: 510-535-7236
 
E-Mail Address
janice.m.preston@uscg.mil, JEFFREY.A.CROSS@USCG.MIL
 
Small Business Set-Aside
8a Competitive
 
Description
The purpose of this contract solicitation is to award Indefinite Delivery, Indefinite Quantity (IDIQ) Regional Multiple-Award Construction Contracts (RMACC) for each U.S. Coast Guard (USCG) region that can be utilized by all Department of Homeland Security (DHS) components to meet their minor construction needs. The selected contractors will perform standard construction, design/build, or performance-based construction task orders for general construction, marine construction, demolition, and historical restoration, repairs, and alterations for the Department of Homeland Security (DHS) in any of the 50 United States and its territories. Initial contracts will be competitively solicited and awarded regionally (i.e., Coast Guard districts) with a separate region established for Puerto Rico & U.S. Virgin Islands. Task orders will range from $3,000 to $5 million. All orders will be solicited on a competitive basis among the firms in the respective region, except for emergent work which may be ordered on an exception to fair opportunity basis. It will give DHS entities construction contracting capability. It is planned that regional awards will include HUBZone companies, 8(a) companies, and Small Disadvantaged Veteran-Owned Small Businesses (SDVOSB). There are 10 regions. Regions 5, 11, & 13 will be set-aside for SDVOSB. Regions 1, 7.5 (Puerto Rico & U.S. Virgin Islands), 8, & 14 will be set-aside for HubZones. Regions 7, 9, & 17 will be set-aside for 8(a) certified SDB’s. We plan to award a minimum of five contracts in each region (Note: A decision has been made to combine Districts 11 & 13 into one region and award a minimum of 10 contracts for these regions). See the embedded map. The solicitation, when issued, will be formatted in the uniform contract format as a Request for Proposal (RFP) in accordance with the requirements of FAR 15.203 for a competitively negotiated project. A minimum of five offerors will be selected for each region. Award will be made to the offerors whose proposals are determined to offer the best value to the Government. Contractor selection will be based on Best-Value source selection. The three evaluation factors are price, past performance, and relevant experience. These three factors are approximately equal in value. The solicitation will contain a sample project for which offerors will provide pricing. Sample project pricing will be used to evaluate price. The sample project, for price evaluation purposes only, will be for the construction of an office building located in Norfolk, Virginia. It will contain a reception area, an open office area, two private offices, a break area with sink, cabinets, and countertop, a room for the fax and copy machines, restrooms, janitors closet, mechanical/electrical room, and telecommunications closet. It will be approximately 2,500 square feet. Specifics for the Sample Project are contained in Section J of the solicitation. Sub-factors for past performance are timely completion of previous projects, quality of design services, quality of construction services, management/oversight, & customer satisfaction. Sub-factors for past performance are of equal value. The questionnaire for past performance is contained in Section J of the solicitation, and it should immediately be sent to an offeror’s prospective references. Sub-factors for relevant experience are design-build construction, performance-based construction, general construction, marine construction, demolition, and historical restoration. Sub-factors for relative experience are of equal value. This shall be discussed in an offeror’s technical proposal. The RFP for this procurement will be available for viewing and downloading on approximately 20 February 2009. The date for receipt of proposals is 4:00 p.m. P.S.T., 2 April 2009 and it will be shown on the Solicitation, Offer And Award (Standard Form 1442). Proposals will be submitted to Civil Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606-5337. THE SOLICITATION WILL BE AVAILABLE ONLY BY INTERNET AT http://www.fedbizopps.gov. Any prospective offerors or plan rooms must register at the website. The official planholders list will be created from the internet registration and will be available from the website only. Amendments will be posted on the website for downloading. This will be the normal method of distributing amendments, therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. IMPORTANT NOTICE: Offerors are required to be registers in the Central Contractor Registration (CCR) database prior to award of a contract. Registration in the CCR database can be accomplished at the website http://www.ccr.gov. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in CCR.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bd6f834d4cddfab25c5911e60c933014&tab=core&_cview=1)
 
Document(s)
RMACC MAP
 
File Name: THIS MAP DEPICTS THE TEN REGIONS AND THE SOCIO-ECONOMIC PREFERENCE FOR EACH REGION WITHIN THIS SYNOPSIS. (RMAC Map.pdf)
Link: https://www.fbo.gov//utils/view?id=8ee39b982e03f22818acf5c6aba9d10a
Bytes: 200.93 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: TEN REGIONS WITHIN THE U.S. AND ITS TERRITORIES., United States
 
Record
SN01739653-W 20090130/090128215311-bd6f834d4cddfab25c5911e60c933014 (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.