Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2003 FBO #0562
SOLICITATION NOTICE

Y -- Multi-Award Task Order Contracts, U.S. Army Corps of Engineers, South Atlantic Division

Notice Date
6/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Savannah - Military, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
DACA21-03-R-0013
 
Response Due
6/30/2003
 
Archive Date
8/29/2003
 
Point of Contact
Linda Smulevitz, 912-652-5902
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah - Military
(linda.l.smulevitz@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA SIC Code: 1542 ** NAICS: 236220 ** SC Code: Y199 ** Contractual Questions: Donna S. Knight, 912-652-5504 (donna.s.knight@sas02.usace.army.mil)** Technical Questions: David Futrell, 912-652-5637 (david.i.futrell@sas02.usace.army.mil) ** NOTE: COMPETITIO N WILL BE LIMITED TO QUALIFIED SMALL BUSINESSES LOCATED IN HUBZONES. Any prospective Offeror interested in proposing for this solicitation may view and/or download this solicitation and all amendments from the Internet site http://ebs.sas.usace.army.mil/ a fter solicitation issuance. Description of work: Construction or Design/Build Construction of repairs, additions, and alterations to buildings, roads, drainage systems and utility systems; and new construction of buildings, roads, drainage systems and util ity systems. Work will be performed primarily at Military Installations in Georgia and South Carolina. Work may also be included for Federal Projects within the geographic boundaries of the U.S. Army Corps of Engineers South Atlantic Division. The task ord ers issued under these contracts will be Firm Fixed Price Construction (FFP-D) or Firm Fixed Price Design/Build (FFP-D/B). Task orders are anticipated to be within a price range of $750,000 to $4,500,000. Design/build task orders are anticipated to be less than 5% of the total contract. Each contract shall be for a base period and two option periods not to exceed one year each. Each contract including the base period and options shall not exceed $13.5 million. The contracts will be solicited and procured us ing a Performance Price Trade-Off (PPT) Request for Proposals (RFP) in accordance with FAR Part 15.101-1. Offerors are required to submit a price and technical proposal. Each proposal shall contain the Offeror's best technical proposal and best price. The technical proposal will be evaluated using the following factors: Factor 1: Construction- Past Performance 2: Construction-Experience, Factor 3: Construction-Capacity, Factor 4: Design-Specialized Experience and Technical Competence, Factor 5: Design-Staff ing and Professional Qualifications, and Factor 6: Design-Knowledge of Locality. Offerors shall be evaluated on Construction and/or Design/Build Construction MATOC, SABRE, JOC, and IDC contracts successfully completed or substantially completed in the last three years with the majority of the contracts performed falling within the range of $5,000,000 to $15,000,000. Factors And Weights: Factors 1, 2, and 3 are equal in weight; Factors 4, 5, and 6 are equal in weight; Factors 1,2, and 3 are individually sign ificantly more important than Factors 4,5, and 6. Proposals will be evaluated using the following adjectival descriptions: Outstanding, Above Average, Satisfactory, Marginal, and Unsatisfactory. Proposals shall include sufficient detailed information to al low complete evaluation. Pricing will not be scored. Prices submitted on a Sample Project Task Order will be evaluated for reasonableness and understanding of the Sample Project Task Order Scope of Work. Award will be made to up to 5 Offerors whose technic al submittal and price proposal contain the combination of the criteria requested that offer the best value to the Government. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of ac ceptability rests with the Offeror. This solicitation will be issued in electronic format only and will be available on or about 30 June 2003 on the Internet at http://ebs.sas.usace.army.mil. Notification of amendments will be through use of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the Offeror??????s responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Donna S. Knight, Contract Specialist, 912-652-5504.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah - Military P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN00346153-W 20030614/030612214442 (fbodaily.com)
 
Source
FedBizOpps.gov 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.