Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
SOLICITATION NOTICE

Z -- DLA DSCR Job Order Contract

Notice Date
3/1/2018
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-18-R-0011
 
Point of Contact
Kevin E. Comegys, Phone: 7572017310, Danita Young, Phone: 757-201-7136
 
E-Mail Address
kevin.e.comegys@usace.army.mil, danita.a.young@usace.army.mil
(kevin.e.comegys@usace.army.mil, danita.a.young@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Job Order Contract at Defense Logistics Agency Richmond, VA This is a pre-solicitation notice. This is NOT a solicitation. Do NOT submit proposals or questions in response to this notice. The U.S. Army Corps of Engineers-Norfolk District intends to issue a single award indefinite-delivery, indefinite-quantity (IDIQ) type contract for the acquisition of a Job Order Contract (JOC) for the Defense Logistics Agency at Richmond, VA. The requirement will be an 8(a) competitive set-aside. The applicable NAICS code is 238990, All Other Specialty Trade Contractors with a Small Business Standard of $15M. The Government intends to award a firm-fixed-price (FFP) IDIQ contract with a one-year base period and four one-year ordering periods for a total of five years. The total contract capacity is $25 million. Each ordering period will have a value of $5 million. This effort will require the services of a construction firm capable of managing a Job Order Contract (JOC) for maintenance, repair, upgrades, and minor construction of real property facilities at the Defense Supply Center Richmond (DSCR) and related services to be specified in the base IDIQ contract terms and conditions and special contract requirements; with specifications, drawings, attachments and exhibits to be outlined and provided at the task order level. The contractor shall provide all necessary planning, programming, administration, management and oversight, labor, materials, and equipment necessary to execute all facets of work for the minor construction and related services to be specified at the task order level. The work shall be conducted by the Contractor in accordance with the contract and task order terms and conditions and all applicable Federal, State, local laws, regulations, codes and directives. The Contractor shall ensure that all work provided meets the critical reliability rates or tolerances to be specified in the statement of work at the task order level. The Contractor shall provide deliverables to be specified in the IDIQ contract and at the task order level. The Government intends to award an IDIQ contract to the responsible offeror whose proposal conforms to the solicitation, is determined fair and reasonable, and offers the best overall value to the Government as determined through a best value trade off process in accordance with FAR Part 15 procedures, Contracting by Negotiation. The proposed technical evaluation factors for this effort are listed below: a) Management Approach: The Government intends to evaluate the Offeror's understanding of managing a JOC as well as multiple construction/repair projects. b) Specialized Experience: The Government intends to evaluate the Offeror's five most recent related projects. c) Past Performance: The Government intends to evaluate each Offeror's past performance for the five most recent projects submitted under specialized experience. d) Schedule: The Government intends to evaluate each Offeror's ability to develop a project schedule for a sample project. The sample project will be provided as part of the solicitation. e) Proposal Process: The Government intends to evaluate each Offeror's ability to develop a price proposal for the sample project. The solicitation and accompanying documents will be issued electronically and will be uploaded to the Federal Business Opportunities (FBO) website (https://www.fbo.gov) on or about April 2, 2018. Telephone calls or written requests for the solicitation package will NOT be accepted. Prospective Offerors are responsible for monitoring FBO to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective Offerors must be registered in the System for Award Management (SAM) in order to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-R-0011/listing.html)
 
Place of Performance
Address: DLA / DSCR Richmond, VA, Richmond, Virginia, United States
 
Record
SN04839887-W 20180303/180301231544-5f1df04694d97d29cb2954266fbff9e3 (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.