SOLICITATION NOTICE
Y -- TRANSATLANTIC DIVISION (TAD) AREA OF RESPONSIBILITY (AOR) DESIGN-BUILD AND CONSTRUCTION MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
- Notice Date
- 8/13/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-10-R-0089
- Response Due
- 10/4/2010
- Archive Date
- 12/3/2010
- Point of Contact
- Michelle Pearman, 540-665-3673
- E-Mail Address
-
USACE Middle East District
(michelle.r.pearman@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: US Army Corps of Engineers, Huntsville, P.O. Box 1600, Huntsville, AL 35807-4301. Description: The U.S. Army Corps of Engineers (USACE), Huntsville Engineering and Support Center, on behalf of the Transatlantic Division and the Middle East District (CETAM), plans to solicit offers for the Construction and Design-Build of multiple projects/facilities to support requirements in the U.S. Central Command (CENTCOM) Area of Responsibility (AOR) under solicitation number W912ER-10-R-0089 (previously advertised under draft solicitation W912ER-10-R-0011). In order to accomplish this mission, the Government proposes to award a target of ten (10) multiple Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, under which task orders will be firm-fixed price (FFP). However, the Government reserves the right to order more, less, or none at all. The magnitude of this procurement is greater than $10,000,000. The awarded contracts will share a programmatic capacity of $3.8 Billion. The period of performance is a two year base period with three one-year option periods for a total of up to five (5) years. The RFP will be available for download at www.fbo.gov on/about 03 September 2010. Proposals are due on/about 04 October 2010. These proposed MATOCs will be used to award construction and design-build task orders in the CENTCOM AOR. The CENTCOM AOR includes Kuwait, Qatar, United Arab Emirates, Yemen, Saudi Arabia, Egypt, Kazakhstan, Lebanon, Oman, Pakistan, Turkmenistan, Kyrgyzstan, Syria, Jordan, Iran, Bahrain, Uzbekistan, Tajikistan, Afghanistan, and Iraq. Task orders anticipated for these proposed MATOCs are generally expected to range from approximately $20 Million to $100 Million. The MATOC contract will be solicited and procured using Best Value Trade-Off methodology based on the Two-Phase Design Build Procedures in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. The Government intends to use the Phase I process to select a maximum of twenty (20) eligible offerors to compete in Phase II. The Government contemplates awarding a target of ten ID/IQ multiple award task order contracts. However, the Government reserves the right to select more, less, or none at all. Task orders issued under this MATOC will be firm-fixed price and may include options. 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. The solicitation will be posted to FedBizOpps at www.fbo.gov and is available to contractors without charge. Offerors can search for the solicitation by solicitation number. Offerors can register to be put on an interested vendors list that others can access through the FedBizOpps site. It is each offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The evaluation factors for Phase I are: past performance, specialized experience, and financial surety. The evaluation factors for Phase II are: organization/management/technical approach; utilization of small business concerns; and price and related information. Phase II will include the evaluation and award of two (2) initial task orders, one construction and one design-build. In Phase II, the Government will require offerors to propose for each of the initial task orders but will reserve the right to award task orders to the same contractor or to more than one contractor concurrent with or immediately following award of the basic contracts. The selections for award of these initial task orders will be made utilizing a best value approach, based upon the price proposals and Phase II submissions received from offerors. Evaluation of the Phase II proposals, to include analysis of the initial task orders, will be used to determine which additional offerors (those that will not be awarded one or both of the initial task orders) represent the best value to the Government, and will be selected for a basic contract award. The Evaluation Factors for each Phase will be described in more detail in the RFP. Award will be made to Offeror(s) 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. The Phase I solicitation will be issued in electronic format only and will be available on or about 03 September 2010. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. The estimated Phase I Proposal Due Date is 04 October 2010 and will be stated in the solicitation. POINT OF CONTACT: Jennifer L. Staggs. Email your questions to US Army Corps of Engineers, Huntsville at jennifer.l.staggs@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-10-R-0089/listing.html)
- Record
- SN02240885-W 20100815/100814000517-f4b487aa221e01c111e6ea332b56068b (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 |