SOLICITATION NOTICE
Y -- MATOC Small Business Pool of Contractors IDIQ Southwestern Division US Army Corps of Engineers Estimated Workload Value $400 Million.
- Notice Date
- 3/13/2009
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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-09-R-0070
- Response Due
- 4/30/2009
- Archive Date
- 6/29/2009
- Point of Contact
- Alisa Marshall, 817-886-1068<br />
- Small Business Set-Aside
- Total Small Business
- Description
- General Information Document Type: Synopsis / Pre-solicitation Notice Solicitation Number:W9126G-09-R-0070 Posted Date:March 13, 2009 Synopsis posted for:15 days Can post solicitation on:March 30, 2009 Current Response Date:April 30, 2009 Classification Code:Y --- Construction of Structures and Facilities Set Aside:SMALL BUSINESS Pool of Contractors NAICS Code:236220 --- Commercial & Institutional Building Construction Contracting Office Address US Army Engineer District, Fort Worth, ATTN: CESWT-CT (Karen Nelson), 819 Taylor Street Room 2A19, Fort Worth, TX 76102 Description All questions regarding this SYNOPSIS should be submitted in writing to the following E-Mail address: Karen.S.Nelson@usace.army.mil. This Acquisition shall be competed as SMALL BUSINESS. This synopsis is for the purpose of a pre-solicitation notification only. A Small Business solicitation shall be issued for Design-Build Construction Services. Services include Design-Build, Design-Bid-Build, and Construction services to meet the requirements for the following customers: Civil Works, Military, and International and Interagency Support (IIS) mission area. Contracts will be Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs), with a base period plus four one-year option periods, for the U.S. Army Corps of Engineers Southwestern Division (SWD) for design-build, design-bid-build, and construction services with an estimated workload value of $400 million for SWF and SWD customers. Any work executed under the SWD MATOC is limited to the geographic boundaries of the Southwestern Division, U.S. Army Corps of Engineers. However, because SWD services customers whose boundaries exceed this geographic restriction, it is necessary to provide for maximum flexibility to ensure execution gaps can be covered. Therefore, it is anticipated that these contracts will execute up to an estimated 15% of the total MATOC capacity outside of the established geographical area as long as capacity exists and the contractors agree to perform the requirement. Scope of work includes, but is not limited to, construction, renovation, repairs and alterations, preventive maintenance, environmental abatement, and operations activities. The contracts are not only intended to execute new construction, design-build and design-bid-build, but to provide a timely response to remediation of real and personal property facilities, e.g., maintenance, repair, asbestos and lead-base paint abatement, and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection. The Fort Worth District intends to award two or more contracts as Small Business within this pool, with an estimated maximum task order limitation of $20 million and a minimum task order limitation of $3 Thousand. The minimum guarantee for the unrestricted contract is $3,000 and it only applies to the base period. In determining which contractor pool to solicit for a given task order requirement the Contracting Officer, in consultation with the PDT will consider 1) the complexity of the work, 2) contract task order limitation, 3) on-going work, 4) bonding capacity, and any other task order specific requirement. Each task order will be awarded pursuant to FAR 16.505, and in accordance with the provisions contained within the American Recovery and Reinvestment Act of 2009. The task order terms and conditions including the scope of work will be the same for the unrestricted, Small Business, 8(a), HUBZone and SDVOSB contractors. However, the maximum contract capacity, task order limitations, contract minimum guarantee and bonding capacity will differ between the five contractor pools. All contracts will remain active unless or until 1) the contractor has a documented past performance record of unsatisfactory; 2) contract expiration; 3) task order completion; 4) the contractual funding limit is reached; or 5) the contract is terminated for convenience or default by the Government. Separate solicitations will be issued for the different contractor pools (Unrestricted, Small Business, 8(a), HUBZone, and SDVOSB). There must be more than two awards to create a HUBZone, SDVOSB, 8(a), Small Business or unrestricted pool. If there are not enough offerors in any one of the pools, HUBZone, SDVOSB, 8(a), Small Business or unrestricted to establish a pool of two or more each, the remaining contract capacity of the pool not established will be distributed by- 1) equally distributing the total contract capacity to the remaining pools unless no set-aside pools can be established due to lack of competition at which point the total capacity will be redistributed to the unrestricted pool, and/or 2) making additional competitive awards to the remaining set-aside pools unless no set-aside pools can be established due to lack of competition at which point additional unrestricted contracts will be awarded. The Government reserves the right to exceed the stated maximum task order limitation. The solicitation will be a negotiated acquisition; there will be no public bid opening. All contracts will be awarded based upon an evaluation of the overall Best Value to the Government. The basic contract award is anticipated to consider pricing associated with professional labor rates. These rates will not be subject to the Service Contract Act nor the Davis Bacon Act; General and Administrative rate; and Overhead rates. After award, competition among the individual pool of contractors for project specific task order requirements is expected to result in fair and reasonable pricing. However, the contractors pricing will primarily be associated with the quantity of professional labor based on the established contract unit price, competitive subcontractor pricing, and commercial items associated with a specific requirements. The contractors proposal for a task order will include all the costs for the projectlump sum. There will not be a line item cost for subcontractors or commercial items on the bid schedule. The Government will not pay for proposal preparation costs. The price proposal shall also (as applicable) include cost for: All waste and excess material, Mobilization and close out for the total contract and each task order, Clean up, Safety (e.g., safety rails, safety nets, tethers, face/clothing protection, etc.), Traffic and work-site signs and barriers, Project management and supervision, Quality Control (QC), Office management and equipment, Depreciation of mobile office(s), Subcontractor profit, As-Built drawing, submittal, permits, license and other risks of doing business, and Site security. The North American Industry Classification System (NAICS) code for this program is 236220, Commercial and Institutional Building Construction, a corresponding Standard Industrial Code (SIC) of 1542, a Classification Code of Y111, and a business size standard of $33.5 million. This solicitation will be issued via Internet only on FebBizOpps Website at www.fbo.gov. Notification of amendments shall be made via FebBizOpps only. It is the contractors responsibility to check the below-listed Internet address daily for any posted changes to this solicitation. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. Estimated solicitation issue date is on or about the estimated date of March 30, 2009. Proposals are anticipated to be due on or about April 30, 2009. Contractors are encouraged to utilize the function in FedBizOpps. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. ALL QUESTIONS REGARDING THIS SYNOPSIS/PRE-SOLICITATION NOTICE SHOULD BE SUBMITTED IN WRITING TO THE FOLLOWING E-MAIL ADDRESS: Karen.S.Nelson@usace.army.mil Point of Contact for this Synopsis and or Solicitation: Ms. Karen Nelson. Email your questions to the US Army Corps of Engineers, Fort Worth District to the attention of Karen.S.Nelson@usace.army.mil Administering Contracting Office: US Army Corps of Engineers, Fort Worth District, ATTN: CESWT-CT, Contracting Division, 819 Taylor Street, Room 2A19, Fort Worth, TX 76102
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=80ba40951443699c8b7c6724b76ff6f7&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX<br />
- Zip Code: 76102-0300<br />
- Zip Code: 76102-0300<br />
- Record
- SN01768583-W 20090315/090313215236-80ba40951443699c8b7c6724b76ff6f7 (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 |