Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2018 FBO #6077
SOLICITATION NOTICE

Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TAK ORDER CONTRACTS IN SUPPORT OF HERBERT HOOVER DIKE CUTOFF WALL PROJECTS

Notice Date
7/12/2018
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP18R0019
 
Archive Date
9/12/2018
 
Point of Contact
John Vohlken, Phone: 9042321884
 
E-Mail Address
john.d.vohlken@usace.army.mil
(john.d.vohlken@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This requirement is for Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) in Support of Herbert Hoover Dike Cutoff Wall Projects. This MATOC IDIQ contract will be for cutoff wall work over a distance of 28.6 miles on the south western side of Lake Okeechobee. The work will be from STA 2907+78 to STA 3348+50; STA 3348+50 to STA 3720+00; STA 3720+00 to STA 3994+00; STA 3994+00 to STA 4201+31; STA 4515+70 to STA 4665+00. The requirement will be for a five (5) year period with a base period of one (1) year with four (4) one year option periods. Award of the task order contracts will be made on the basis of proposals meeting or exceeding the acceptability standards. Pursuant to Class Deviation 2018-O0006, Evaluation Factors for Certain Multiple Award Task or Delivery Order Contracts, dated December 13, 2017, price or cost will not be evaluated at the time of task order contract award; however, price or cost will be one of the factors in the selection decision for each task order in accordance with FAR 6.505(b)(1)(ii)(E). Proposals for the IDIQ MATOCs will be evaluated in the areas of technical merit and past performance. The Technical Merit will include the following sub-factors: (1) Means and Methods and (2) Demonstrated Experience. Past Performance will be evaluated to ascertain the probability of successfully performing the required efforts for the cutoff wall projects to be procured under the MATOC. A Determination of Responsibility will also be required. Each task order contract will have a period of performance of five years, consisting of one base year and four option years. The maximum combined capacity is $387,000,000. Magnitude of construction is between $50,000,000.00 and $150,000,000.00 for each section of work to be performed. This procurement is unrestricted. All responsible offerors are encouraged to participate. The NAICS Code 237990, size standard $36.5 million. The request for proposal will be issued on or about 27 July 2017 and proposals will be due on or about 30 August 2018. The award of the base IDIQ contracts will be made based on the technical acceptability of offerors. The technical evaluation factors are listed within Section 00100A of the solicitation. The request for proposal will be issued in electronic format only and will be posted on the Federal Business Opportunities website (Fed Biz Opps) at https://www.fbo.gov. In order to receive notification of any amendments, firms must REGISTER TO RECEIVE NOTIFICATION on the Fed Biz Opps website. If you are not registered, the Government is not responsible for providing you with notification of any changes to this solicitation. Additionally, firms must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP18R0019/listing.html)
 
Place of Performance
Address: Herbert Hoover Dike, Florida, United States
 
Record
SN04988583-W 20180714/180712230852-90601e0e3cfd2f6164aff253760db479 (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.