Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 5, 2001 PSA #2971
SOLICITATIONS

Y -- DESIGN/BUILD MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR CONSTRUCTION SERVICES THAT SUPPORT PROGRAMS AND PROJECTS UNDER THE MANAGEMENT RESPONSIBILITY OF THE NORTH ATLANTIC DIVISION, U.S. ARMY CORPS OF ENGINEERS

Notice Date
November 1, 2001
Contracting Office
Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715
ZIP Code
21201-1715
Solicitation Number
DACA31-02-R-0011
Response Due
December 18, 2001
Point of Contact
Denise Mellinger (410) 962-3471 or Tom Milligan (410) 962-3464
Description
Y -- This procurement consists of one solicitation with the intent of awarding a minimum of seven contracts in which 2 are hub-zone, 2 are 8 (a) competitive (providing that sufficient qualified contractors present offers) and 3 to 6 are unrestricted. Small businesses can compete for the unrestricted awards and be considered for more than one category. The Government will award a minimum of seven contracts resulting from this solicitation to the responsible offerors whose proposals, conforming to the RFP will be the "Best Value" to the Government. "BestValue" will be determined using a "Trade Off" process, comparing price, technical and other factors. Evaluation will consist of Phase I and Phase II. The evaluation in Phase I will be of the offeror's PAST PERFORMANCE, SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE OF OFFEROR'S TEAM (INCLUDING A-E AND CONSTRUCTION MEMBERS) and the firm's bonding capabilities. After evaluating Phase I proposals, the most highly qualified offerors will be asked to submit a Phase II proposal. The evaluation in Phase II will be of the offeror's Partial Design and the offeror's Price Proposal. HUBZone Small Businesses and 8(a) contractors must show proof of bonding capacity for Single Task Order $15M, conc urrent $20M Task Orders. Additionally, HUBZone small businesses must provide a copy of their HUBZone certification and 8a firms must provide their 8a certification. Unrestricted offerors must show proof of bonding capacity for Single Task Order $20M, concurrent Task Orders $100M. If the offeror cannot demonstrate sufficient bonding capability during Phase I evaluation, as described above, further consideration of the proposal will be terminated and the offer will be rejected. It is the Government's intent to award based on initial offers received, without discussion of such offers. The award may be made to a superior offer which is not the lowest offered priced, but which is significantly more technically advantageous than the lowest offer so as to justify the payment of a higher price. Once a minimum of seven contracts are awarded, the Government will compete the work among the contractors based on performance and other factors set forth in the contract and the Request for Proposal Letter. Each awardee will be provided a fair opportunity to be considered for subsequent task orders, except under those circumstances described in FAR 16.505(b)(2). Task Orders under these contracts could be issued in one of the following methods: (a) Competitive; (b) Sole Source, or (c) Time & Materials. Generally, Work to be performed under the Design Build MATOC contracts shall provide design and construction services. Each contract awarded as a result of this solicitation will include a base period, not-to-exceed (NTE) 12 months and four 1 year option periods, for a total contract performance period NTE five years or $500 million, whichever occurs first. The Task Order limitations are minimum $100,000.00 and maximum $20,000,000, respectively. When awarding the contracts, the guaranteed minimums shall be 2% of the not-to-exceed capacity for the contract, or $500,000, whichever is less. The minimum guaranteed amounts may be met by award of a task order in an equivalent amount. The scope of these contracts will include design-build task orders for new construction, renovation, alteration, and repairs by replacement with associated Architecture/ Engineering being performed in compliance with the Brooks Act. This will not be an Architecture/Engineering contract. Architecture/Engineering work will only be performed when construction will follow. This is primarily for design-build and the work performed under this contracting instrument will support programs and projects under the management responsibilities of the North Atlantic Division. All responsible sources may submit an offer. SUBCONTRACTING OPPORTUNITIES: This acquisition will provide ample subcontracting opportunities for small and small disadvantaged businesses. In accordance with Federal Acquisition Regulation, Subpart 19.7, the proposed acquisition shall require that any apparent successful offeror (large business only) is to submit a subcontracting plan that shall set forth small, disadvantaged and women-owned goals that are acceptable to the Government. The BALTIMORE District's subcontracting goals are specific percentages of the contractor's total planned subcontract amount. The goals are as follows: 65% with small businesses; 15% with small disadvantaged businesses (to include historically black colleges and universities/minority institutions) ; 8% with Women-Owned Small Businesses; 5.5% with Historically Black Colleges and Universities/Minority Institutions (where applicable); 3% American Veteran Owned Small Businesses and 2.5% with HUBZone Small Businesses. Functions that may be suitable for subcontracting to this type of businesses include specialty design services, engineering services, such as subsurface investigations and surveying, asbestos abatement work, concrete work, road work, landscaping, painting, fencing, electrical, plumbing, roof repair/replacement, non-corrosion resistant finish, and HVAC. The Government intends to issue this solicitation and all amendments through use of the Internet. No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Contractors may view /download this solicitation and all amendments from the Internet after the solicitation issuance at the following Internet address: https://ebs.nab.usace.army.mil. All Contractors are required to check the Baltimore District Contracting Division website daily to be notified of any changes to this solicitation. All Contractors are encouraged to visit the Army's Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunities across the Army. Contractors must be registered with the Central Contractor Registration (CCR), in order to receive a Government Contract award. To register, the CCR Internet address is http://www.ccr.gov. The tentative issue date of this solicitation is on/about 15 November 2001. Date for receipt of proposals is on/about 18 December 2001. The North American Industry Classification System (NAICS) Code is 233, Building, Developing, and General Contracting. Any prospective contractor interested in submitting a proposal on this solicitation must register to be placed on the plan holder's list. If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation. Contractors shall register themselves on the Internet to receive a copy of this solicitation.
Record
Loren Data Corp. 20011105/YSOL001.HTM (W-305 SN5120X4)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on November 1, 2001 by Loren Data Corp. -- info@ld.com