Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contract (MATOC) for Design/ Build of Energy Conservation Investment Program Projects

Notice Date
6/3/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-10-R-0014
 
Response Due
7/27/2010
 
Archive Date
9/25/2010
 
Point of Contact
Marcus D. Adams, 256-895-1386
 
E-Mail Address
USACE HNC, Huntsville
(marcus.d.adams@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Multiple Award Task Order IDIQ Contract (MATOC) for Design/Build of Energy Conservation Investment Program Projects for the Continental United States. This acquisition is being offered as a set aside for small business concerns. The proposed IDIQ contract consists of one (1) base year and four (4) option years. The MATOC contract will be solicited and procured using Best Value Trade-Off methodology based on the Two-Phase Design Build Process in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. During Phase I (one) of the solicitation process, the Government will select a target of twelve (12) eligible offerors to compete in Phase II. However, the Government reserves the right to select more, less, or none at all. Upon conclusion of Phase II, the Government will select a target of eight (8) awards. However, the Government reserves the right to select more, less, or none at all. The pool of contractors which successfully receives an award will share the total contract capacity. Task orders issued under this MATOC will be firm-fixed price. Task orders awarded under this IDIQ contract may include options. Description of work: Task Orders issued under this contract will be for the design/build of energy conservation investment program projects. These projects may include building envelopes, the utilization of energy conservation technologies (i.e. solar, wind, geothermal), and energy management systems. Comparable projects in the private sector that are similar to the construction contemplated include: wind farms, photovoltaic arrays, building retrocommissioning, building systems efficiency upgrades. The magnitude of this procurement is greater than $10,000,000. 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. Offerors must register in the Central Contractor Registration (CCR) at www.ccr.gov prior to submission of Phase I proposals. In order to inspect and download RFP documents without charge, contractors and their subcontractors must register at Federal Technical Data System (FedTeDS) at www.fedteds.gov, once their CCR registration is complete. The solicitation will be posted to FedBizOpps at www.fedbizopps.gov, and is available to contractors without charge. Contractors can search for the solicitation by solicitation number. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The evaluation factors and their importance for this MATOC are listed below: The evaluation factors for Phase I are: FACTOR 1 Specialized Experience, FACTOR 2 Past Performance, FACTOR 3 Organizational and Technical Approach, and FACTOR 4 Bondibility. The evaluation factors and their associated levels of importance for Phase II are: FACTOR 1 Task Order Technical Approach, FACTOR 2 Remaining Performance Capability Proposal, FACTOR 3 Price and Pro Forma Information. The Factors of each Phase will be broken down further in the associated RFP. Award will be made to an Offeror whose technical submittal and price proposal contain the combination of the criteria requested that offers the best 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. Phase One for this solicitation will be issued in electronic format only and will be available ON OR ABOUT 27 July 2010. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. The estimated Phase I Proposal Due Date is 30 August 2010 and will be stated in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-10-R-0014/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02167551-W 20100605/100603235239-6e21b6828a383421e0fa1dd95b43dd86 (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 |
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.