SOLICITATION NOTICE
Y -- Two Phase Des/BLD / IDIQ MATOC for Conston/Des-Bld Servs for SWD, primarily for Tulsa District but may encompass work in other states covered by the geographic region included in the SWD boundaries and other SWD customers
- Notice Date
- 4/29/2009
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Tulsa, US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-09-R-1004
- Response Due
- 6/10/2009
- Archive Date
- 8/9/2009
- Point of Contact
- Sherri Stangle, 918-669-7105<br />
- Small Business Set-Aside
- Total Small Business
- Description
- REQUIRED SOLICITATION ISSUE DATE: 8 May 2009 BID OPENING/PROPOSAL DUE DATE: 10 June 2009; 11:00 A.M. PRE-PROPOSAL CONFERENCE: TBD POINT OF CONTACT: Stephanie Murphree, 918-669-7041 SYNOPSIS SUBJECT: All questions regarding this SYNOPSIS should be submitted in writing to the following E-Mail address: Stephanie.murphree@usace.army.mil. This Acquisition shall be competed as a total small business set-aside. This synopsis is for the purpose of a pre-solicitation notification only. A Two Phase solicitation shall be issued for Design-Build Construction Services. Required services consist of Construction Management and engineering/Design services in support of various Military, Civil Works, and International and Interagency Support (IIS) projects within Southwest Division (SWD) Boundaries and for Tulsa District customers. A majority of the work will be located within Eastern Area, Oklahoma (Fort Gibson, Tenkiller, Eufaula, Wister, Robert S. Kerr, Webbers Falls, and McClellan Kerr), but may encompass work in other states covered by the geographic region included in the SWD boundaries. 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 $15 million. Scope of work includes, but is not limited to, construction, renovation, repairs and alterations, and operations activities. The contracts are not only intended to execute 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, alterations, and minor construction situations relating to, but not limited to electrical, plumbing, carpentry, painting, sheet rock repair, excavate/filling ditches, and other minor construction activities associated with the above mentioned work. It is the intent of the Tulsa District to issue one (1) solicitation for award of at least three (3) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCS). The resulting contract(s) will be negotiated and awarded with a base contract period of one year with up to four one year option periods, and a total MATOC pool value of not more than the estimated $15 million. The contract(s) shall continue as option periods are exercised at the sole discretion of the Government for a time period not to exceed 5 calendar years in total, or upon obligation of the total value of the contract, whichever occurs first. The minimum guaranteed amount of the base year is $1,000; there is no minimum guarantee for any subsequent option years. Individual task orders will be funded with the appropriate type of money which may include Operations and Maintenance (O&M), Military Constructions, and/or American Recovery and Re-Investment Act (ARRA) funding. A majority of the funding is expected to be O&M. Any task orders issued with ARRA funding will meet the advertisement requirements through FedBizOpps and the ARRA information website prior to the RFP being issued to the contractors. In addition, all task order information will be published similarly as required by the ARRA guidelines. The North American Industry Classification System (NAICS) code for this program is 237990, Other Heavy and Civil Engineering Construction, a Classification Code of Y111, and a business size standard of $33.5 million. CONTRACT INFORMATION: This solicitation will be evaluated under the Two Phase Design Build Process. The first phase consists of a process known in the commercial design-build industry as the Request for Qualifications or the acronym: RFQ. (This solicitation refers to it as Phase 1). In Phase 1, interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction IDIQ contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will short-list no more than five of the Phase 1 Offerors to compete for the design-build contract in Phase 2 of the process. In Phase 2 the selected Offerors will submit preliminary technical design proposals, the remainder of the performance capability proposals including the contract duration, a preliminary schedule and a price proposal. The Government will evaluate the Phase 2 proposals in accordance with the criteria described for Phase 2 in the solicitation and award the contract to the responsible Offeror whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government considering technical design quality, performance capability and/or cost. The solicitation will be issued via Internet only on FedBizOpps website at www.fbo.gov. Notification of amendments shall be made via FedBizOpps 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 May 8, 2009. Proposals are anticipated to be due on or about June 10, 2009. 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/PRESOLICITATION NOTICE SHOULD BE SUBMITTED IN WRITING TO THE FOLLOWING E-MAIL ADDRESS: Stephanie.murphree@usace.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=84eb78c5dce9df306b8ecc23f0952aef&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK<br />
- Zip Code: 74128-4609<br />
- Zip Code: 74128-4609<br />
- Record
- SN01804706-W 20090501/090429221806-84eb78c5dce9df306b8ecc23f0952aef (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 |