Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2020 SAM #6755
SOLICITATION NOTICE

Y -- W912HN20R4000 - Airfield Maintenance (MATOC Contract), North Carolina, South Carolina and Georgia

Notice Date
5/26/2020 12:08:16 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN20R4000
 
Response Due
6/18/2020 11:00:00 AM
 
Archive Date
07/03/2020
 
Point of Contact
Rohan Bryan, Phone: 9126525619, Magdalena Bernard, Phone: 9126525131
 
E-Mail Address
rohan.a.bryan@usace.army.mil, Magdalena.Bernard@usace.army.mil
(rohan.a.bryan@usace.army.mil, Magdalena.Bernard@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Two-Phase Design-Build Multiple Award Task Order Contracts (MATOC) for Airfield Maintenance and Construction type task orders. is Task orders issued under this MATOC are anticipated to require performance of work in the South Atlantic Division (SAD) (North Carolina, South Carolina, Georgia, Florida, Alabama & Mississippi). This acquisition is being offered as a Small- Business Set Aside. �The life of the basic contract is for a base period of two (2) years and three (3) one year options. �The contractors which successfully receive an award will have a total contract capacity of $45M. �The Government will use a best value Two-Phase Design-Build selection procedure in accordance with Federal Acquisition Regulation (FAR) Part 36.301.� The order limitation of task orders shall range between $25K and $5M. �Task orders issued under this MATOC will be firm-fixed price. �All other resultant task orders may include options. Description of work: �Task orders placed under this MATOC shall be that of a design-build construction or construction only nature. �This MATOC is intended to provide rapid response for horizontal construction: rehabilitation, maintenance or repair of situations relating, but not limited to, Airfield and Heliport pavements (including airport runways, taxiways, ramps, aprons, helipads and adjacent stabilized areas), concrete aprons, storm drainage, striping and site preparation of Government facilities. Evaluation Criteria: The Government will use a Price Performance Trade-off (PPT) evaluation process in rendering the best value decision for award of this contract. �Only those Offerors whose proposals provide the best overall value will be awarded contracts with a minimum guarantee of $2,500.00. �The evaluation factors for this solicitation and are as follows: PHASE I: FACTOR 1: �PAST PERFORMANCE/EXPERIENCE FACTOR 2: �DESIGN EXPERIENCE PHASE II: FACTOR 3: �TECHNICAL APPROACH FACTOR 4: �PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE PRICE: Price will not be rated but will be a factor in establishing the competitive range prior to discussions (if held) and in making�the best value decision for award of any resultant contract(s).�Prices and mark-up(s) shall be proposed and submitted on the Proposal Pricing Sehedule as provied in the solicitation. All pricing submitted shall be binding across the life of the contract. Award will be made to the Offeror whose technical submittal and price proposal contain the combination of criteria requested which offers the best overall value to the Government. �Proposals shall include sufficient detailed information to allow complete evaluation. �The Government reserves the right to reject any and all offers. �Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. This solicitation will be issued in electronic format only. �Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. �This solicitation is anticipated to be available in�June 2020. Note: �The Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. �Information on the PROPOSAL DUE DATE will be stated in the solicitation. �Offerors must register in the System for Award Management (SAM) at www.sam.gov.��After completing SAM registration, contractors and their subcontractors must register at www.betaSAM.gov in order to download RFP documents.�In order to locate this solicitation, Contractors can go to�beta.SAM.gov and search for the solicitation number at www.beta.SAM.gov.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a20e1b9ec3674c68b07452a083d9c10c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05670146-F 20200528/200526230146 (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 |
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.