Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2015 FBO #4803
SOLICITATION NOTICE

Y -- Two-Phase IDIQ/MATOC in Support of the Mobile District Repair/Construction with Design Capabilities Program for Central America

Notice Date
1/16/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-15-R-0008
 
Response Due
3/4/2015
 
Archive Date
4/3/2015
 
Point of Contact
Michael McTague, 251-441-5520
 
E-Mail Address
USACE District, Mobile
(michael.c.mctague@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS PROJECT IS ADVERTISED ON AN UNRESTRICTED BASIS. This solicitation is a quote mark Best Value quote mark, Two-Phase source selection. In Phase One, Offerors will compete for the opportunity to submit proposals for Phase Two. In Phase One, an Offeror must submit certain specified information regarding its company's past performance. Price is not a submission requirement in Phase One. Based on the results of Phase One evaluations, the Government will select two or more of the most highly rated Offerors to participate in Phase Two. However, the Government reserves the right to reject any and/all offers. In Phase Two, Offerors will compete to determine which Offerors will be awarded an Indefinite Delivery/Indefinite Quantity (IDIQ) contract and be included in the MATOC pool. Price proposals will be submitted in Phase Two and will consist of two bid schedules: Bid Schedule No. 1 (Rates) and Bid Schedule No.2 (Seed Project Price). Following Phase Two evaluations, the Government intends to award two or more MATOCs and to award the Seed Project (Bid Schedule No. 2) to one of the awardees. However, the Government, at its discretion, is not obligated to award any MATOCs or the Seed Project as a result of the evaluations. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 236220. The Government intends to award two or more contracts pursuant to this solicitation. These contracts shall be Indefinite Delivery/ Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support U.S. Army Corps of Engineers, Mobile District, Military Construction and Support for Others program for Central America and Mexico. However, the Government reserves the right to utilize these contracts for general construction projects located in other parts of South America and the Caribbean at the discretion of the Contracting Officer. This requirement is being handled by the U.S. Army Corps of Engineers, Mobile District, Mobile; Alabama. The term of each contract is limited to a base period of 12 months with one option period of 12 months. The guaranteed minimum for each contract is $1,000. The total dollar capacity for the entire pool of contractors is $35 million over two years. Contractors shall complete all work under their contract in accordance with schedules that are established in each Task Order. Work will vary from site to site, or location, and will require extensive knowledge of construction and renovation projects. Submittal dates will be included in the individual Task Orders. These dates identify when information is due to the issuing Government office and other addresses identified in the individual Task Orders. The types and numbers of submittals and dates and places for review meetings shall be established by each Task Order under this contract. Defense Base Act (DBA) Insurance may be required for some task orders. The Government anticipates that most Task Orders will be awarded on a firm fixed-price basis prescribed in FAR 16.601. This contract will require contractors to provide all plant, labor, equipment and materials necessary to perform construction, incidental demolition, upgrade and repair of facilities and structures. Work will typically include vertical and horizontal construction, site work, geotechnical surveys, landscaping, surveying, mapping, mechanical and electrical work for blast resistant, fortified structures; rigid and flexible paving for roads, airfields and helipads; parking lots; riverine and marine construction of floating docks, piers, and barges; dredging; construction of remote and temporary camps, firing ranges, rappel towers, shoot houses, fuel systems, ammunition storage, food storage, interior and exterior utilities to include water and sewage treatment, water wells, communications, electrical power (to include generators and solar and wind power), security (to include field fortifications, wire obstacles, bunkers, watch towers and security fencing and hardening of existing facilities) and safety of facilities. Facilities and structures may include administrative buildings, barracks, warehouses, hangers, schools, motor pools, etc. The work may involve replacement in kind, repairs, upgrades and modification work and/or new construction. It also may include incidental design and testing, and survey and abatement for lead based paint (LBP) and asbestos containing materials (ACM). Facility repairs, upgrades and construction shall conform to the requirements of the technical criteria listed in the Task Order. Task Orders may require the application of U.S. Building Codes; International Building Code (IBC); National Electric Code (NEC); Structural and Heating, Ventilation and Air Conditioning (HVAC) codes; and U.S. Department of Defense criteria that include, but are not limited to, Unified Facility Criteria (UFC) and Anti-Terrorist and Force Protection (AFTP) requirements. In addition, construction materials, including, but not limited to locally available aggregates, cements, reinforcing steel, structural lumber, block masonry products, conduit and electrical devices, pipe and plumbing fixtures, may be purchased under this contract. Some construction may occur at remote locations and close coordination will be required with both the US Army Corps of Engineers and Host Nation Military authorities throughout the life of the projects. Projects on Host Nation military installations will require that employees be vetted for security by Host Nation military authorities. The work described herein shall be accomplished through the implementation of Task Orders issued under the terms of this solicitation. Some incidental design effort may be required. The maximum size of any project is anticipated to be no more than $5 million. There will be one pool of contractors. Contractors will only compete for Task Orders against the other members of this pool. SEED PROJECT: OPERATIONS AND COMMUNITY CENTER, LA ENTRADA, HONDURAS The project will result in the construction of a facility which will serve as the central operations/community center of the recently created Chorti Commonwealth, located in La Entrada in the Department of Copan. Estimated project cost is between $500,000 and $1,000,000. Contracting Office Address: U.S. Army Engineer District, Mobile, P.O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001. Point of Contact: SFC Tariq Malveaux Phone: 251-694-3735. Email: Tariq.j.malveaux@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-15-R-0008/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN03618706-W 20150118/150116234432-5ef46365f3994fed2ffa23f2499dc4c2 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.