MODIFICATION
Y -- FY12 Multiple Award Task Order Contract (MATOC) for Design-Bid-Build
- Notice Date
- 5/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A12R0011
- Response Due
- 11/24/2012
- Archive Date
- 1/23/2013
- Point of Contact
- Sean Sackett, 808-835-4380
- E-Mail Address
-
USACE District, Honolulu
(sean.p.sackett@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a Pre-solicitation notice (synopsis) in accordance with FAR Subpart 5.2. The U.S Army Corps of Engineers, Honolulu District hereby announces its intent to issue a solicitation entitled "FY12 Multiple Award Task Order Contract (MATOC) for Design-Bid-Build Construction Services and Design-Build Construction Services at the United States Army Kwajalein Atoll/Reagan Test Site (USAKA/RTS)," as described within this announcement. USAKA is a U.S. Army installation located within the Republic of the Marshall Islands, approximately 2,100 miles southwest of Hawaii and approximately 4,200 miles southwest of the west coast of the continental U.S. THIS IS NOT A FORMAL SOLICITATION. The Government intends to issue a formal solicitation via a Request for Proposals (RFP) in accordance with FAR 15, which will follow this announcement and will take place no sooner than 15 days from the publication of this announcement. The basis for award and evaluation factors will be in accordance with the "Basis for Award/Evaluation Factors" section within this announcement below. The Government intends to solicit this requirement as an unrestricted procurement. The North American Industry Classification code (NAICS) for this requirement is 236220. The small business size standard for this NAICS code is $33.5M average annual revenue. As a result of this solicitation, the Government intends to award firm-fixed price multiple award task order contracts for construction services. The Government intends to award three (3) separate IDIQ contracts as a result of this solicitation. The duration of the resulting IDIQ contracts will include (2) base years from date of award + three (3) option years. The maximum shared capacity of the MATOC is Not-to-Exceed $49,000,000.00. The Government intends to obligate itself to a minimum guaranteed contract amount of $2,000 per year during the term of the contract. Contractors shall be required to conform to a separate scope of work for each task order, but in general the type and nature of requirements will be in accordance with the "Project Description" section within this announcement below. Project Description: "FY12 Multiple Award Task Order Contract (MATOC) for Design-Bid-Build Construction Services and Design-Build Construction Services at the United States Army Kwajalein Atoll/Reagan Test Site (USAKA/RTS)" The purpose of this indefinite delivery/indefinite quantity (IDIQ) contract will be to provide design-build services, minor construction, maintenance, repair, alteration, modernization, rehabilitation and services for buildings, structures, airfields, infrastructure or other real property at USAKA/RTS. Contractors must have bonding capacity of at least $8,000,000.00 per task order and a $49,000,000.00 aggregate bonding capability. Task orders are anticipated to be in the $500,000 to $8,000,000 range. Basis for Award/Evaluation Factors: Selection will be based upon evaluation factors which shall include experience, past performance, and price. Respondents should also consider the isolated geographical location of this project where substantial mobilization efforts and transportation costs should be taken into consideration. Environmental Considerations: The Compact of Free Association Between the United States of America and the Republic of the Marshall Islands, 48 U.S.C. 1681 (Compact) establishes the framework for administering governmental, economic, security, and defense relations between the Republic of the Marshall Islands (RMI), a sovereign nation, and the United States of America. Title One, Article VI, of the Compact obligates the U.S. Government to comply with the National Environmental Policy Act (NEPA) of 1969 for any of its activities at Kwajalein Atoll. The USAKA Environmental Standards describe the specific requirements and actions which apply to projects which will be accomplished by this MATOC. A site visit will be scheduled between June 25, 2012 and June 29, 2012. Contractors may only visit the site(s) during the scheduled site visit. United Airlines is the only commercial carrier to Kwajalein. Interested contractors shall register on the READ website below no later than June 4, 2012: https://www.smdc.army.mil/Read2/login.aspx Contractors must be able to provide full name, social security number, date of birth, place of birth, citizenship, name of company, position/title, home address, confirmation of flight reservations, point of departure, dates of entry and exit, and name of airline carrier to obtain an entry clearance. Passports are required for entry into USAKA. **Non-U.S. citizens with passports may have difficulty obtaining entry into USAKA** Sponsor Information: Primary: Mr. Dan Esqueda Alternate: Mr. Brian Ebel Lodging information can be obtained by contacting Mr. John Mihlbauer at john.p.mihlbauer@usace.army.mil. Contractors will be responsible for all costs incurred for the site visit, which includes but is not limited to, airline flights and setting up their own lodging accommodations. Accommodations can also be made by calling the Kwajalein Lodging at 805-355-3477 or 805-355-3485. Site visit(s) will include three (3) potential projects scheduled for FY12: 1.)FY12 USAKA Sustainment, Restoration, Modernization, Reroofing and Miscellaneous Repairs, Kwajalein Atoll (Design-Build) a.01 Illegini b.02 Meck c.03 Legan d.04 Gagan Project Description: Project site is in USAKA controlled islands in the Republic of the Marshall Islands. Mobilization is required to four outside islands within Kwajalein Atoll. Task is to remove existing roof and replace in kind. There may be miscellaneous superficial, mechanical and electrical repairs associated with the roof replacement, such as HVAC unit removal and replacement, stainless steel gutter replacement, exterior door replacement, or exterior painting. 2.)FY12 ECIP PN 078658, 468KW Solar PV System, Kwajalein Atoll (Design-Build) Project Description: The three project sites are located on Kwajalein Island in the Republic of the Marshall Islands. Work will consist of engineering, installing and commissioning two roof top mounted systems and one ground mounted systems. No battery bank system is required; PV systems will tie directly into the island grid. One of the roof top mounted systems will augment a system already installed. 3.)FY12 UMMCA PN 80026 Sludge Drying Beds, Waste Water Treatment Facility, Kwajalein Atoll (Design-Bid-Build) Project Description: Project site is located on Kwajalein Island, USAKA located in the Republic of the Marshall Islands. Work will primarily consist of concrete spall repair, removing and replacing metal structure and cover on an existing sludge drying bed system. In addition, there will be miscellaneous concrete work associated with possible new footings and replacing wooden gates with a continuous wall. Interested contractors wishing to attend a site visit MUST contact Mr. John Mihlbauer at John.P.Mihlbauer@usace.army.mil, and provide the following information: full name, citizenship, name of company, position/title, home address, confirmation of flight reservations, point of departure, dates of entry and exit, and name of airline carrier. A pre-proposal conference will be scheduled for Friday, June 22, 2012, 10:00am - 12:00pm Hawaiian Standard Time, at the U.S. Army Corps of Engineers, Honolulu District, Bldg 230 Otake Street, Fort Shafter, HI, located on the 3rd floor in Conference Rooms 323/322. Point of Contact is Mr. Sean Sackett at 808-835-4380. Solicitation plans and specifications will be made available for viewing and/or downloading on the Federal Business Opportunities (FedBizOpps) website located at https://www.fbo.gov/ on or about June 20, 2012. Solicitation documents will not be issued on compact disc (CD) unless the Government determines that it is necessary. It is the offeror's responsibility to check for any posted changes to the solicitation. Offerors must have and/or maintain an active registration with the Central Contractor Registration (CCR) website to be eligible for contract award. To register in CCR, go to http://www.ccr.gov. All offerors are encouraged to visit the FedBizOpps website to view other business opportunities. Contracting Office Address: US Army Corps of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440 Place of Performance: US Army Corps Of Engineers, Honolulu Building 230, Fort Shafter HI 96858-5440 Point of Contact(s): Sean Sackett - (808) 835-4380 US Army Corps Of Engineers, Honolulu
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A12R0011/listing.html)
- Place of Performance
- Address: USACE District, Honolulu Building 230, Fort Shafter HI
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN02757290-W 20120526/120524235423-397f844b765b061b9c902b8e98cfa0d7 (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 |