MODIFICATION
Y -- DESIGN BUILD CONSTRUCTION OF ACCESS CONTROL POINTS
- Notice Date
- 2/3/2012
- Notice Type
- Modification/Amendment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY11R0016
- Response Due
- 3/12/2012
- Archive Date
- 5/11/2012
- Point of Contact
- Paul Daugherty, 256-895-1697
- E-Mail Address
-
USACE HNC, Huntsville
(paul.c.daugherty@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Army is soliciting proposals for worldwide design-build and construction capabilities for Access Control Point (ACP) construction and equipment installation. The functions to be provided include a range of efforts to include entire ACP design and construction, ACP construction from completed designs, and specific ACP infrastructure or equipment upgrades. This contract is intended to provide a mechanism for Access Control Point repair, renovation, conversion, alteration, additions, construction, equipment procurement/installation, and maintenance services on installed equipment/systems at Government installations and facilities. ACP work includes, but is not limited to, roadway and traffic island construction; lighting and guard booth installation; canopy, passive barrier, gatehouse, search area and visitor control center construction; and active vehicle barrier, closed circuit television, and electronic security systems installation. The contractor may be required to survey the problem areas, evaluate and recommend solutions, develop and implement work plans in a timely manner within negotiated costs. The Government seeks to award Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for Design/Build Construction. The NAICS code is 237310: Highway, Street, and Bridge Construction. The small business size standard is $33.5 Million. The total estimated shared contract capacity of all awarded contracts is $200 Million. The Government intends to award a target of five (5) contracts as a result of this solicitation and the estimated duration for each contract award will be an initial Base Period of twenty-four (24) months with 3 Option Periods of twelve (12) months each. Additionally, the Government may exercise an option under contract clause 52.217-8, Option to Extend Services, for up to an additional six (6) months, for a total contract duration not to exceed of 66 months. The Government reserves the right to award more, less, or none at all. The minimum obligation will be $10,000 and this amount will be applicable to the base period only. This solicitation will be evaluated under the Two Phase Design Build Process. In Phase 1, interested firms or joint venture entities (referred to as "Offerors") may submit certain specific performance capability proposals, demonstrating their capability to successfully execute the design-build construction/construction only 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 select a target of eight (8) Offerors to compete for the contract in Phase 2 of the process. The Government reserves the right to select more, less, or none at all. In Phase 2, the selected Offerors will submit preliminary technical design proposals for an initial task, including the proposed task 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 a base contract to the responsible Offerors, whose proposals conform to all the terms and conditions of the solicitation and whose proposals are determined to represent the overall best value to the government, considering design/technical approach; specialized experience; schedule/key personnel; price and price related information; and small business participation. The government will award the initial task order to the Offeror whose proposal is determined to represent the best overall value to the Government, unless funds are not available to award. In that case, the Government will award the contract with the minimum guarantee to the Offeror selected for award of the task order. The Government will award the minimum guarantee to other Offerors selected for award of MATOC base contracts but not selected for award of the initial task order. The Phase I of the RFP will be available on fbo.gov on/about 10 February 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY11R0016/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02667679-W 20120205/120203234754-a06d1bca16cb50d68738cd19af581b28 (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 |