Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2018 FBO #5992
SOLICITATION NOTICE

Y -- GA/SC (MIL 02) Unrestricted Design-Build Construction MATOC

Notice Date
4/18/2018
 
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, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN18R3000
 
Point of Contact
Crystal E. North, Phone: 9126525183, Andrew K. Page, Phone: 912-652-5900
 
E-Mail Address
crystal.e.north@usace.army.mil, andrew.k.page@usace.army.mil
(crystal.e.north@usace.army.mil, andrew.k.page@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Proposal (RFP) W912HN18R3000 for the GA/SC (MIL 02) Unrestricted Design-Build Construction Multiple Award Task Order Contract (MATOC) in support of the MILCON and Large SRM program. Task Orders issued under this MATOC will be for work within the three-state region of Georgia, South Carolina, and North Carolina. This Design-Build MATOC is to provide rapid response for General Construction: new construction, rehabilitation, maintenance or repair of situations relating, but not limited to, site work, mechanical systems, plumbing, utility systems, structural, electrical, HVAC, instrumentation, security and safety areas of Government facilities in a cost effective manner. Work requiring the use of civil funds is not allowed. Task orders for design only or demolition only shall not be placed against the Contract. Work may include, but is not limited to: vertical construction, roofs, anti-terrorism force protection of new and existing facilities, horizontal construction, and incidental work. TYPE OF CONTRACT AND NAICS: This acquisition will be offered as unrestricted competitive solicitation and will result in up to six (6) Firm Fixed Price Indefinite Delivery Contract (IDC) Contracts. The contract period of performance will not exceed five years (two (2) year base period and three 1 year options periods with a total contract capacity of $249M. The order limitation of task orders issued under this MATOC will range between $5M and $100M and will be firm fixed price. The North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, with size standard of $36,500,000. TYPE OF SET-ASIDE: This acquisition will be a Full & Open competitive procurement (Unrestricted). CONSTRUCTION MAGNITUDE: In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $100,000,000 and $250,000,000. SELECTION PROCESS: The proposals will be evaluated using a Best Value source selection process. This is a two-phase Design-Build procurement process. Potential offerors are invited to submit their performance and capability information as will be described in Section 00 21 00 of the Solicitation, for review and consideration by the Government. The selection process for Phase One will evaluate such factors (not necessarily in order): Past Performance, Management Approach, and Design Experience. Following completion of the evaluation of Phase One, up to a maximum of eight (8) most highly qualified offerors will be selected to participate in Phase Two. An announcement with the expected date of issue of Phase Two will be placed on the Federal Business Opportunities (FedBizOps) website at https://www.fbo.gov. The selected offerors for Phase Two will be invited to submit additional information as will be described in Section 00 21 00 of the Solicitation, for review and evaluation by the Government. The selection process for Phase Two will evaluate such factors (not necessarily in order): Building Function and Aesthetics, Quality of Building Systems, Small Business Participation Plan, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the Phase One solicitation on or about 14 May 2018 and approximate closing date for Phase One is on or about 14 June 2018. The approximate issue date for the Phase Two solicitation is on or about 21 August 2018 and the approximate closing date for Phase Two is on or about 20 September 2018. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist Crystal North at crystal.e.north@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN18R3000/listing.html)
 
Place of Performance
Address: Three state region of Georgia, South Carolina, and North Carolina, United States
 
Record
SN04894226-W 20180420/180418231108-b0e9fa36a6787d01375c0087e4ec950c (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.