Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2010 FBO #3234
SOLICITATION NOTICE

Y -- Center of Standardization (COS) Southwest Region (SWR) Barracks (Primarily Fort Bliss, TX)

Notice Date
9/30/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G11R0057
 
Response Due
11/19/2010
 
Archive Date
1/18/2011
 
Point of Contact
Laurie Arvey, 817-886-1163
 
E-Mail Address
USACE District, Fort Worth
(laurie.arvey@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-solicitation Notice Multiple Award Task Order Contract (MATOC) for Unaccompanied Enlisted Personnel Housing (UEPH), Advanced Individual Training (AIT) Barracks, Basic Training (BT) Barracks and Warriors in Transition (WT) Barracks in the Southwest Region (AR, AZ, CA, LA, NM, NV, OK & TX), primarily Fort Bliss. The Contract Specialist for this solicitation will be Laurie Arvey, 817-886-1163, email at laurie.arvey@usace.army.mil. FOR INFORMATION ONLY: This solicitation is a continuation of the US Army Corps of Engineers (USACE) Centers of Standardization (COS) program wherein eight Districts are not only the design centers of expertise but are also the acquisition experts for the facility types for which the COS is assigned. Fort Worth District (SWF) has responsibility for the Unaccompanied Enlisted Personnel Housing (UEPH), Basic Training (BT) Barracks, Advanced Individual Training (AIT) Barracks, Warrior in Transition (WT) facilities, Reception Station Barracks, Drill Sergeant Barracks, Central Issue Warehouses, Support Supply Activity Warehouses and General Purpose Warehouses. The primary execution of the work under the SWF COS responsibility will be based on facility-type Multiple Award Task Order Contracts (MATOCs). The MATOCs for Barracks are based around current known requirements within four (4) geographic regions identified as Northwest (CO, IA, ID,IL, IN, KS, MI, MN, MO, MT, NE, ND, OH, OR, SD, UT, WA, WI, WY); Southwest (AR, AZ, CA, LA, NM, NV, OK & TX); and Southeast (AL, FL, GA, KY, MS, NC, SC, TN) and Northeast ( CT, DC, DE, MA, MD, ME, NH, NJ, NY, RI, VA, VT, WV) for an approximate value of $3.1 Billion. The MATOCs for Warehouses Facilities are located in East and West of the Mississippi River and have been distributed accordingly. SCOPE OF WORK: Unaccompanied Enlisted Personnel Housing (UEPH), Advanced Individual Training (AIT) Barracks, Basic Training (BT) Barracks and Warriors in Transition (WT) Barracks or other similar facilities: UEPH facilities will house single soldiers and is intended to be similar both functionally and technically to apartment type housing in the private sector. The soldiers room shall include, but not be limited to: private sleeping areas, walk-in closets, a shared bathroom and kitchenette. Additional facility and functional support amenities shall be provided as outlined in the project Scope of Work. The varying components for this facility will be: building occupancy requirements, regional soils and climatic conditions, facility structural considerations, HVAC systems, and the exterior architectural features. Therefore, the overall building design and configurations will vary as required to meet project specific requirements. AIT and BT complexes are comprised of multiple facilities, consisting of Barracks/Company Operations Facilities (BCOF), Dining Facilities (DFAC), Battalion Headquarters (BN HQ), Support Facilities, and Outdoor Areas. AIT and BT Complexes are designed as training facilities. The BCOF is comprised of sleeping, latrine, classrooms, storage, and company operations components. As the BCOF is designed for able-bodied soldiers, the facility is not required to meet ADA compliance. Each two-person living suite has a minimum population of two and may be increased to a maximum population of three to accommodate population surges. The remaining parts of these complexes will be procured through different contracts. These training facilities include outside Areas, including a jogging track, physical training (PT) pits, vehicular and service access drives and parking areas. Exterior lighting shall be provided for parking areas, sidewalks, interconnecting buildings, service yards, service drives, outdoor training areas, and any required security lighting. Parking shall be provided for BN HQ staff, Company Cadre within BCOF, DFAC staff, government and service vehicles and visitors. PT Pits will be located in close proximity of the BCOF it serves. The WT facilities will house soldiers temporarily while they are recuperating from injuries sustained during their service in the United States and overseas. These facilities will provide the best accommodations the Army can build in gratitude for their service and sacrifice. The WT Complexes will include separate barracks, administrative and Soldier Family Assistance Centers (SFAC) and are completely handicap accessible. The barracks will house single soldiers and is intended to be similar both functionally and technically to apartment type housing in the private sector. The rooms shall be completely handicap accessible and shall include: private sleeping areas, walk-in closets, and a bathroom for each soldier. A living room, laundry and full service kitchen shall be shared by the room module occupants. Additional facility and functional support amenities shall be provided as outlined in the project Scope of Work. The remaining administrative facilities of these complexes will be procured through different contracts. It is the intent of Government to issue design-build and design-bid-build (adapt-build) Request for Proposals (RFPs) under the contracts awarded as a result of this solicitation, which may be used as the basis for subsequent RFPs/task orders at the same or other installations within the region. CONTRACT INFORMATION: This solicitation will be evaluated under the Two Phase Design Build Process. 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 the design-build construction MATOC contract resulting from this solicitation and seed project. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will select no more than 5 to compete for the contract in Phase 2 of the process. In Phase 2, the selected Offerors will submit preliminary technical design proposals for an initial task, the contract duration, a preliminary schedule and a price proposal. The Government will evaluate the Phase 2 proposals, in accordance with the criteria described for Phase 2 in the solicitation, and award the contract to the responsible Offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government, considering technical-design quality, performance capability, and cost. To meet the minimum guarantee, the Government anticipates awarding the initial task at time of contract award unless funds are not available to award. In that case, the Government will award the contract with the minimum guarantee. The following evaluation criteria listed are of descending importance and will be used in this solicitation unless modified by amendment prior to receipt of proposals: Phase I Specialized Experience; Past Performance; and Organization and Technical Approach; Phase II Volume I: Building Functional, Aesthetics and Space; Quality of Building Systems and Materials; Site Design; and Sustainability Requirements. Volume II: Proposed Contract Duration and Summary Schedule; and Utilization of Small Business Concerns. All technical factors when combined are significantly more important than price. Estimated solicitation issue date is on or about 18 Oct 2010 under solicitation number W9126G-11-R-0057. This procurement is Unrestricted. Phase 1 Proposals are anticipated to be due on or about 18 Nov 2010 (30 days from issuance of the solicitation). The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction). The Small Business Size Standard is $33.5 Million. MATOC: The Government intends to award at least two and up to five contracts as a result of this solicitation Each contract will remain active: 1) unless the contractor has a documented past performance record of unsatisfactory; 2) until contract expiration; 3) until task order completion; 4) until the total contract capacity limit is reached, or 5) the contract is Terminated for Convenience of the Government. It is anticipated that any remaining capacity from awarded contracts with documented unsatisfactory performance may be distributed among the remaining contractors with a record of satisfactory performance. The Government reserves the right to award additional contracts for the MATOC pool from a separate solicitation. Other solicitations for similar work in this same region may be advertised to meet the Governments needs for this facility type. THIS SOLICITATION IS BEING ADVERTISED AS UNRESTRICTED. The total estimated contract capacity is $405,000,000. The estimated duration for this contract award will be an initial Base Period of twelve (12) months with up to 4 Option Periods of twelve (12) months each, for a total not to exceed contract period of 60 months. The Government reserves the right to award a contract for a lesser duration than stated herein if it is determined in the best interests of the Government. The minimum guarantee will be $ 2,500. The minimum guarantee amount will be applicable to the base period only. Funds above the minimum guarantee will be obligated with the issuance of task orders. The minimum task order limitation is $10,000,000. The maximum task order limitation for the contracts is $85,000,000. The maximum combination of orders is $126,500,000. The Government reserves the right to exceed the stated maximum task order limitation. Task orders issued as a result of this contract will be firm-fixed price. The solicitation will be a negotiated acquisition. There will be no public bid opening. Proposals from Large businesses must comply with FAR Clause 52.219-9, regarding the requirement for a Subcontracting Plan. The Fort Worth District goals (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 70.0%; Small Disadvantaged Business 6.2%; Women-Owned Small Business 7.0%; HUBZone Small Business 9.8%, Veteran-Owned Small Business 3.5%; and Service-Disabled Veteran-Owned Small Business 2%. Plans and specifications will not be provided in a hard paper copy. Contractors may view and/or download this solicitation and all amendments from FedBizOps. Because of the size of our solicitations, you should not attempt to view them online. Rather, download them to your local hard drive and then open them. Use of the FedBizOps website requires prior registration at https://www.fbo.gov. It is the offerors responsibility to monitor the FedBizOps web site (using the above link) for amendments to the solicitation. Offerors must be registered with the Central Contractor Registration (CCR) (http://www.ccr.gov/), in order to receive a Government contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G11R0057/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02302200-W 20101002/100930234802-98664950b2a85f120e73c4335c71779e (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.