SOLICITATION NOTICE
Y -- UNRESTRICTED (UR) MATOC for Company Operations Facility (COF) Western Region
- Notice Date
- 11/5/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-11-R-0003
- Point of Contact
- Chad A. Arnett, Phone: 912-652-5105, Tisha Fitch, Phone: 912-652-5075
- E-Mail Address
-
chad.a.arnett@usace.army.mil, tisha.m.fitch@usace.army.mil
(chad.a.arnett@usace.army.mil, tisha.m.fitch@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS (B-3), UNRESTRICTED MATOC FOR COMPANY OPERATIONS FACILITIES (COF) WITHIN THE WESTERN REGION Center of Standardization (COS) Multiple Award Task Order Contract (MATOC) for Construction type task orders. Task orders issued under this MATOC are anticipated to require performance of work within the Western Region. This acquisition is being offered as Unrestricted. The life of the contract is for a base period of three (3) years or $499M; whichever occurs first. The pool size (number of contracts that may be awarded) shall not exceed for (4) contractors. The pool of contractors which successfully receive an award will share the total contract capacity of $499M. 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 $20M and $65M. Task orders issued under this MATOC will be firm-fixed price. The initial seed task order, as well as all other resultant task orders, may include options. The seed task order magnitude is between $25M and $100M. Description of work: Task Orders issued under this Indefinite Delivery Contract (IDC) type Multiple Award Task Order Contract (MATOC) will be for the Design Build, or the Construction only of Company Operations Facilities (COF), in the Western Region which is comprised of the Northwest Region and the Southwest Region. The Northwest Region is comprised of the following states (CO, IA, ID, IL, IN, KS, MI, MN, MO, MT, NE, ND, OH, OR, SD, UT, WA, WI, WY),and the Southwest Region is comprised of (AR, AZ, CA, LA, NM, NV, OK & TX). The majority of work is anticipated within LA, MO, OK, and TX. Work may also be performed at other Federal Facilities outside the above-stated geographical boundary on an excepted basis as determined by the Contracting Officer. Task Orders issued under this contract will be Firm-Fixed Price and may be either of a Construction or Design/Build nature. COFs are administrative and supply support facilities which serve as the primary staging, training, and deployment center for soldiers and their individualized gear. A COF is comprised of three vertical construction components consisting of an Administrative Module (office space), Readiness Module (warehouse space including an arms storage vault, wire-mesh supply areas, and individual equipment lockers), and exterior covered hardstand area (exterior covered load out area). Development of the facility may also include associated site development necessary to construct Company Operation Facilities. Comparable projects in the private sector that are similar to the construction contemplated include: combined office and warehouse type buildings. 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 4 January 2011. 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.ccr.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.fbo.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 change to this solicitation and all amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-11-R-0003/listing.html)
- Record
- SN02323314-W 20101107/101105234010-46f318f3f2676fb13c3196b23cdc5f02 (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 |