SOLICITATION NOTICE
Y -- SINGLE AWARD TASK ORDER CONTRACT (SATOC) FOR GENERAL CONSTRUCTION IN NORTH CAROLINA AND SOUTH CAROLINA
- Notice Date
- 12/16/2009
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-09-R-0060
- Response Due
- 3/31/2010
- Archive Date
- 5/30/2010
- Point of Contact
- EDWINA FRAYALL, (912) 652-5987
- E-Mail Address
-
US Army Corps of Engineers, Savannah
(edwina.s.frayall@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Single Award Task Order Contract (SATOC), for Design/Build or Construction type task orders. Task orders issued under this SATOC can require performance of work anywhere within the South Atlantic Division Area of Operations (North Carolina, South Carolina, Georgia, Florida, Alabama, and Mississippi). Projects will typically be located on military installations within North Carolina and South Carolina; however, performance of work is not solely restricted to such. A project requiring use of civil funds or otherwise termed as civil construction is not authorized under this contract. This acquisition is being offered as 8(a) Competitive firms under the Partnership Agreement serviced in North Carolina and South Carolina Only or firms with an approved bonafide office in North Carolina & South Carolina, Only. This procurement is being solicited to 8(a) firms that have Certificate of Existence or Certificate of Authority on file with North Carolina & South Carolina Secretary of State. This is a requirement to perform work in the State of North Carolina & South Carolina. Only North Carolina & South Carolina District Office Participants or 8(a) firms that have been reviewed by the North Carolina or South Carolina District Office and approved as having a Bonafide Office in the State of North Carolina or South Carolina are eligible to respond to this solicitation. The life of the basic contract is for a base period of three (3) years with two (2) one-year option periods or $100M; whichever occurs first. The Government will use a best value Performance Price Trade-off (PPT) evaluation process in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1. The order limitation of task orders shall range between $50K and $3M. Task orders issued under this SATOC will be firm-fixed price. Description of work: Task orders placed under this SATOC may be either of a design-build nature or that of a design-bid-build (construction only) nature. Work may include but is not limited to the design and construction of various types of facilities including but not limited to, administrative, recreational, educational, religious, medical, and training type, to include ranges, as well as their corresponding support facilities. Work under this SATOC is not solely restricted to new construction but may also include repairs, renovations, alterations, or additions to existing facilities, such as those already cited, or infrastructure such as roads, parking, drainage systems, utility systems, and force protection. Evaluation Criteria: The Government will use a Performance Price Trade-off (PPT) evaluation process in rendering the best value decision for award of this contract. For this solicitation and evaluation process, interested offerors will be required to submit performance and capability proposals in conjunction with a coefficient pricing schedule for review and consideration by the Government. The evaluation factors and their relative importance for this solicitation and evaluation process are as follows: Non-cost Factors: FACTOR 1: CORPORATE RELEVANT SPECIALIZED EXPERIENCE: This factor is equal in importance to Factor 2 and more important than Factor 3. FACTOR 2: PAST PERFORMANCE: This factor is equal in importance to Factor 1 and more important than Factor 3. FACTOR 3: DESIGN EXPERIENCE: This factor is the least important of all the factors. Price: All non-cost factors, when combined, are equal in importance to Price. Award will be made to that Offeror whose technical submittal and price proposal contain the combination of criteria requested which offers the best overall value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation is anticipated to be available on or about 30 December 2009. Note: The Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov. After completing CCR, contractors and their subcontractors must register at www.fbo.gov in order to download RFP documents. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate this solicitation, Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-09-R-0060/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
- Zip Code: 31402-0889
- Zip Code: 31402-0889
- Record
- SN02025557-W 20091218/091217000053-91616bfab32f3c15bbafd294f6118d83 (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 |