SOURCES SOUGHT
Y -- Multiple Award Task Order Contract (MATOC) for Design Build/Design-Bid-Build Construction and Renovation of Schools for the Department of Defense Education Activity (DoDEA) in Alabama and Kentucky
- Notice Date
- 12/16/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-11-R-0005
- Point of Contact
- Lynn M. Tanno, Phone: 757-201-7839, Debora S Gray, Phone: 757-201-7551
- E-Mail Address
-
Lynn.M.Tanno@usace.army.mil, debora.s.gray@usace.army.mil
(Lynn.M.Tanno@usace.army.mil, debora.s.gray@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Norfolk District, Corps of Engineers is contemplating a Multiple Award Task Order Contract (MATOC) for construction projects for the Department of Defense Education Activity to cover Fort Knox, and Fort Campbell in the state of Kentucky, as well as Fort Rucker, Alabama. A MATOC is an Indefinite Delivery Contract for construction services with multiple awardees. Actual work is awarded through task orders. Multiple awardee's generally compete with each other for task orders. There are some rules, whereby competition may be reduced or task orders are issued non-competitively to one contractor. The Government anticipates award of up to four contracts under the MATOC to experienced sources performing a wide range of Design-Bid-Build and Design-Build construction projects. Each contract under the MATOC will consist of one-year base period plus four option periods. The total maximum amount the Government will order under all four contracts will not exceed $500,000,000.00. The guaranteed minimum amount for the contract is $10,000,000. 00. The task orders awarded under the proposed MATOC are mostly for construction of new schools, but the MATOC will also be used to award task orders for renovations and additions to existing schools. New schools will accommodate grades K-12, and the effort will include demolition of existing facilities and site work. The school facilities shall have paved parking and driveways, masonry or concrete veneers, fencing, bus and parent drop off with entrances and signs, heating ventilation and air-conditioning, energy efficient systems and equipment, landscaping, traffic/street signs, driveways, building and site lighting, recreational areas, play lots with play equipment, and walkways. The school will also include fire protection systems and alarm systems, smoke and carbon monoxide detectors, a public address system, Anti-Terrorism and Force Protection measures, handicapped accessibility, sustainment measures, reduced energy use measures, and underground utilities services. The Government will award each MATOC based on Price and Non-Price evaluation factors. Non-Price factors combined are significantly more important than price. Non-price factors are Past Performance; Past Relevant Experience (D-B-B and D-B); Technical Approach. The NAICS Code is 236220 for work specified in this sources sought, with a small business size standard of $33.5 million. We are requesting that all interested and qualified small business firms respond to this sources sought with a capability statement similar to your marketing package used in everyday business. Please specify your small business type (Hubzone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), etc.). The Government will utilize the following information in determining acquisition strategy: (1) how your company is uniquely capable and qualified to handle projects of similar scope, and complexity of the above described work; (2) summarize your past performance on projects completed similar to the project outlined above. The list of relevant projects shall include names of company, point of contact, phone and fax, project scope, type of contract and unique characteristics encountered within the execution of the contract; (3) bonding; provide your bonding capacity per contract. Please note that under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Your capabilities statement must be submitted in written format to U.S. Army Corps of Engineers, Norfolk, ATTN: Contracting Office, Lynn Tanno, 803 Front Street, Norfolk, VA 23510-1096. The capability statement must be submitted no later than 7-Jan-2011 at 12 noon eastern standard time. Limit briefing package to 10 pages. This sources sought should not be construed in any manner to be an obligation on the US Army Corps of Engineers, Norfolk District part to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. Point of Contact is Lynn M. Tanno, (757)201-7839; email: Lynn.M.Tanno@usace.army.mil; Fax (757)201-7183.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-11-R-0005/listing.html)
- Place of Performance
- Address: Fort Knox, and Fort Campbell in Kentucky; Fort Rucker, Alabama., United States
- Record
- SN02345341-W 20101218/101216233956-afadea8cdc942050b4cfe50422d2bfeb (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 |