MODIFICATION
Y -- Tyndall AFB - USACE-SAS Reconstruction effort Zones 10-12 MATOC
- Notice Date
- 3/31/2020 2:33:54 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
- ZIP Code
- 31401-3604
- Solicitation Number
- W912HN20R3002
- Response Due
- 4/30/2020 11:00:00 AM
- Archive Date
- 12/31/2020
- Point of Contact
- Tonja J. Dreke, Phone: 9126526071, Jennifer L. Murphy, Phone: 9126526147
- E-Mail Address
-
tonja.j.dreke@usace.army.mil, jennifer.l.murphy@usace.army.mil
(tonja.j.dreke@usace.army.mil, jennifer.l.murphy@usace.army.mil)
- Description
- This Request for Proposal (RFP) solicits for a Multiple Award Task Order Contract (MATOC) under which task orders for General Construction are expected to be issued for projects at Tyndall Air Force Base, Florida. Work contemplated on this MATOC may be conducted for Army, Air Force, Navy, Marine Corps, National Guard and Reserve Components, and other Department of Defense (DoD) and Federal Agencies located on Tyndall Air Force Base.� Task Orders issued under any resultant contract(s) will be Firm-Fixed Price and may be either for Design-Build or Design-Bid-Build General Construction. A project requiring use of civil funds is not authorized under this contract.� (See solicitation section 01 11 00 for the complete scope of the anticipated contract to be awarded under this RFP.) � Potential projects for this MATOC include: Construct new Visiting Quarters Lodging facility � Construct new dorm complex. � Construct Chapel complex Construct two Community Common facilities. Construct Air Force Civil Engineer Center (AFCEC) Research, Development, Testing, & Evaluation (RDT&E) Facilities and Gate for the Technical Training Area. Construct multiple replacement facilities at the Silver Flag training site, including a Vehicle Maintenance Shop, Base Engineer Covered Storage Facility, and a Technical Training Classroom. � For the purposes of this solicitation, the Government will utilize the Two-Phase Design-Build Selection Process.� In Phase One of the Two-Phase Design-Build selection procedure, interested Offerors will submit specified performance capability proposals for review, consideration and evaluation by the Government. The Government will evaluate these performance capability proposals in accordance with the criteria described herein. � The Government will evaluate the performance capability proposals in accordance with the criteria described herein and will target no more than six (6) of the most highly qualified Offerors to participate in Phase Two.� Evaluations of both Phase One and Phase Two factors using a Best Value Tradeoff in accordance with FAR 15.101-2 with a target of five of the most highly qualified offerors will be used in the selection of offerors for award of the MATOC. Only those Offerors who receive a written notification from the Savannah District Contracting Officer that their firm has been selected to participate in Phase Two of this solicitation will be invited to submit a Phase Two proposal. �Those Offerors selected for Phase Two will be provided the technical requirements package for a Seed Task Order that will be representative of the type work and task orders anticipated to be issued under any resultant contract(s).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c92dd2fbb9ac4d6eb7f030efb215a95d/view)
- Place of Performance
- Address: Tyndall AFB, FL, USA
- Country: USA
- Country: USA
- Record
- SN05605344-F 20200402/200331230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |