SOLICITATION NOTICE
Y -- BCT-H Sitework and Hardstand, Fort Carson, Colorado Unrestrictive Full and Open competition utilizing a Cascading Set-Aside Methodology, Best Value Request for Proposal (RFP) with minimum Design-Build (D-B) capability.
- Notice Date
- 6/7/2007
- Notice Type
- Solicitation Notice
- NAICS
- 238190
— Other Foundation, Structure, and Building Exterior Contractors
- Contracting Office
- US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- W9128F-07-R-0024
- Response Due
- 7/23/2007
- Archive Date
- 9/21/2007
- Small Business Set-Aside
- N/A
- Description
- BCT-H Sitework and Hardstand, Fort Carson, Colorado Unrestricted Solicitation Best Value, One Phase Construction Request for Proposal (RFP). On or about 21 June 2007, this office will issue Request for Proposals for a Nationwide Multiple Award Task Order Contracts (Matocs) For Site Preparation and Hard Stand General Construction, as delineated, but not limited, to North American Industry Classification System (NAICS) 238910 Site Preparation Contractors Small Business Size Standard is $13 Mil lion Dollars. The sequential solicitation will be an Unrestrictive Full and Open competition utilizing a Cascading Set-Aside Methodology, Best Value Request for Proposal (RFP) with minimum Design-Build (D-B) capability. Most task orders will be 100 perc ent design. The solicitation will contain provisions to give preference to the greatest extent practicable to qualified local, small and small disadvantage business concerns located in the vicinity of military installations that is being closed or realigne d under a base closure law. Fort Carson located in Colorado Springs, Colorado is the designed anchor installation for this requirement. Proposals will be received on or about 23 July 2007. This Solicitation will facilitate award of a maximum of three each contracts, with a combined maximum capacity of $150,000,000.00 for all awarded contracts, the contracts will be used for BRAC and military projects. A maximum of three contracts may be awar ded for work at Fort Carson, Colorado. This solicitation is to determine the technical qualifications (i.e. Construction Experience, Past Performance, Personnel Qualifications and Experience, Subcontractors, Utilization of Small Business Concerns and Proje ct Management Plan) of prospective firms. An adjectival method of evaluation will be used to evaluate the technical evaluation factors. The solicitations will be evaluated on a Best Value basis. Price for Task Order No. 0001 is subjectively evaluated c onsidering Best Value and Realism. The contracts will have a base period of 3 years. The contracts will require the Contractors to provide required design and furnish all plant, labor, materials, and equipment to perform a wide variety of construction fea tures to include but not be limited to: horizontal construction work with utilities and small structures. Design for simple, small structures and/or miscellaneous tie-ins and site work may be required. The scope of work and authority to perform the work w ill be accomplished using task orders executed by the Contracting Officer, and will typically be in the $500,000 to $20,000,000 cost range. Award of Task Order No. 0001 will be to the firm determined to be the best value to the Government. A site visit will be conducted after issuance of the Request for Proposal (RFP) or Task Order. The estimated design and construction cost for Task Order No. 0001 is between $10 and $20 Million. A tentative site visit for Task Order No. 0001 is scheduled for 25 June 2007. Point of contact (POC) is Pete Sturdivant at; Phone (719-526-5448) or Fax (719-526-5365). Task Order No. 0001 work will include the following: (Any quantities are approximations) Task Order No. 0001 will require construction of organizational hardstands for motor pool areas 1, 3 and 4 to support the Brigades tactical vehicles. These hardstands are concrete pavements. POV (Personnel-Owned Vehicle) Parking and Access Roads for the se motor pools will be required. These parking lots and the access roads to them are asphalt pavements. Miscellaneous, supporting earthwork and utility work in and around the motor pools will be required. Future task orders will be issued for the remaining concrete hardstands for motor pool areas 2, 5 and 6, other sitework and utilities, POV Parking and Access Roads for these Motor Pools, Other access roads and pavements, and 24 small unit storage buildings ranging in size from 610 SF to 8,400 SF with one (1) being over that range at 17,100 SF. These storage buildings are located directly adjacent to the hardstand pavements. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Enginee rs considers the following goals reasonable and achievable for fiscal year 2007. (a) Small Business: 51.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. (c) Women Owned Small Business: 7.3% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 1.5% of planne d subcontracting dollars*. (e) Hubzones: 3.1% of planned subcontracting dollars*. Interested bidders should select the Begin Vendor/Contractor Registration Process option. The information listed below is required to register: 1. Central Contractor Registration (CCR) Marketing Partner Identification Number with abbreviation of MPIN. 2 . DUNS Number or CAGE code. 3. Telephone Number. 4. E-Mail address Obtaining Planholders List: If you are interested in Viewing a List of Interested Vendors or Planholders List and Receiving Notifications or e-mail of changes to a solicitation, Fede ral Business Opportunities, often labeled as FedBizOpps, at: www.fbo.gov has these features available. For a solicitation, click on the links for Register to Receive Notification and Register as Interested Vendor, fill in requested information and submit. This website only provides limited information and does not distinguish between General Contractor, Subcontractor, Supplier, Planroom, or Print Shop. It is recommended that you include this information with your company name, if you want to communi cate this information. Federal Data Technical Solutions or FeDTeDS will add a similar feature in the near future. This office will no longer send copies via paper or CDS of amendments and solicitations to interested parties. Solicitation documents will be posted on Federal Technical Data Solutions or FedTeDS. FedTeDS is a web-based dissemination tool designed to safe guard acquisition-related information. When solicitation documents have been issued and posted to FedTeDs, synopsis or pre-solicitation notice will be amended and a link provided to access FedTeDS in note 2 below. The process to download from FedTeDS is: 1. Find solicitation announcement in Fed Biz Opps at: www.fbo.gov. 2. Once you open the solicitation announcement on Fed Biz Opps, there will be a link provided to the solicitation on FedTeDS. Click on the link. 3. If you are a first time user, you will have to register as described in the information included below; if not log in and open the solicitation. 4. Once you have the solicitation open, you can begin downloading the various files to your location. Registration instructions can be found on the FedTeDS website at: https://www.fedteds.gov by clicking on the Register with FedTeDS hyperlink. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (OR CA) at https://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Contractual questions should be made to Ms. Diana Vanderzanden (402) 221-4044 or Ms. Sharon Spohn: 402-221-4102. Telephone calls regarding Small Business matters should be made to Mr. Hubert Carter: 402-221-4110. Telephone calls on contents of request for proposal documents should be made to the Project Manager, Mr. Robert Matya at: (402) 221-3828 or Specification Section, Mr. Douglas Larsen at: (402) 221-4547.
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
- Zip Code: 68102-1618
- Country: US
- Zip Code: 68102-1618
- Record
- SN01312847-W 20070609/070607221626 (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 |