SOLICITATION NOTICE
Y -- Military Construction -100% HUBZone -Indefinite Delivery/Indefinite Quantity (IDIQ), MATOC - Kansas City District/Northwest Division
- Notice Date
- 5/28/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-10-R-4023
- Response Due
- 10/15/2010
- Archive Date
- 12/14/2010
- Point of Contact
- Jay Denker, 816-389-3934
- E-Mail Address
-
USACE District, Kansas City
(jay.b.denker@usace.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- The U.S. Army Corps of Engineers, Kansas City District, intends to issue a Two-Phase Design-Build Solicitation on or about June 14, 2010 on the FedBizOps website at www.fbo.gov. The solicitation will be for an Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) to provide design-build services or construction for a broad range of military renovation and construction work for the Kansas City District, US Army Corps of Engineers and if needed the Northwest Division. The MATOC pool will consist of up to five (5) contractors. The purpose of this Multiple-Award Task Order Contract (MATOC) is to provide design-build services or construction to support military construction and design-build projects primarily within the Kansas City District, but may be used to support other projects within the Northwestern Division. As requirements develop, Requests for Proposals (RFPs) for Task Orders will be issued. Task Orders will include primarily Military Construction (MILCON) and Operations and Maintenance (O&M) projects. Task Orders under these contracts may involve a wide range of new construction and repair/renovation projects. Examples of similar new construction projects include: vehicle maintenance facilities; administrative facilities; hangars and related aircraft support systems; industrial facilities; firing ranges; training facilities; runways; pavements/hardstands; barracks; and kitchen and food service. Examples of similar repair/renovation projects include: whole building renovations; repair or replacement of architectural elements; building seismic upgrades; force protection upgrades; repair or replacement of mechanical, electrical, or fire protection/detection systems; and asbestos and lead abatement services related to renovation activities. Civil works projects under the Support for Others program may also be ordered under this contract. In Phase 1 interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute a contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will select no more than seven (7) to compete for the MATOC pool in Phase 2 of the process. The Phase 1 Solicitation will be available on or about the week of June 14, 2010, and Proposals will be due on or about July 14, 2010 (30 days from issuance of the solicitation). In Phase 2, the selected Offerors will submit technical proposals, the contract duration, a preliminary schedule, and a price proposal. Offerors will be given 30 days to submit their technical proposals. Phase 2 will involve design and/or construction concepts, management approach, key personnel, and proposed technical solutions for Task Order 0001. Task Order 0001: Is the Design and Construction of the Central Receiving Warehouse at Fort Leonard Wood, Missouri. Place of Performance for Task Order 0001: Fort Leonard Wood, Missouri. The total IDIQ contract duration (consisting of a base period plus four (4) option periods) is sixty (60) consecutive months after the contract award. The duration of each contract period is not to exceed (NTE) 365 days. Any unused capacity in one contract period may be carried over into the subsequent contract period. The estimated magnitude of this MATOC pool is between $25,000,000 and $100,000,000. Option Periods will be exercised at the Governments discretion. The Government will obligate to each of the awarded contractors a guaranteed minimum amount of $10,000.00. The successful offerors will be required to furnish all labor, materials, permits, equipment and services necessary to manage and accomplish the designated deliveries, recommending a solution and remediation of any problems in a timely and efficient manner. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The solicitation will include a detailed list of Evaluation Factors, including any Subfactors or Elements, and will provide instructions for Proposal Requirements and the Basis for Award. HOW TO OBTAIN A COPY OF THE SOLICIATION: To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. This MATOC is 100% set aside for (HUBZONE) Businesses. The NAICS code is 236220. The size standard is $33.5 million. This announcement serves as the advance notice for this project. Central Contractor Registration requirements: Prior to submitting a proposal, offerors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions maybe obtained, and online registration may be accomplished at www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423. By submitting an offer, the offeror acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prospective contractors must be registered with CCR prior to award of any contract. ORCA Requirement: There is a new federal initiative called the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations (FAR) and previously found in Section 00 45 00 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for a contract award and prior to submitting an offer, a firm must be registered in the database. Please register your Representations and Certifications at https://orca.bpn.gov/. Detailed information can be found in cited FAR case, as well as by visiting the help section of the ORCA website. The help section includes background information, frequently asked questions, the ORCA handbook, and a phone number to call for assistance. VETS-100 Requirement: Per the Federal Acquisition Regulation (FAR) part 22.1303 all offerors must complete their VETS-100 report via the Department of Labor website at https://vets100.vets.dol.gov/ to be eligible for award. Points of Contact: The point of contact for all questions/inquiries is Jay Denker and can be reached by phone at (816)389-3934 or by email at jay.b.denker@usace.army.mil. Contracting Office Address: US Army Engineer District, Kansas City, ATTN: CENWK-CT, 647 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896 Place of Performance: US Army Engineer District, Kansas City, ATTN: CENWK-CT, 647 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896 Point of Contact(s): Jay Denker, 816-389-3934
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-R-4023/listing.html)
- Place of Performance
- Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN02163536-W 20100530/100528235529-6efe7f6b80c0af953e348f56fbe720fb (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 |