SOLICITATION NOTICE
Y -- Multiple Award Task Order Contract (MATOC) for Design/Build and/or General Construction, Southeast Region
- Notice Date
- 12/17/2010
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- USACE District, Charleston, 69-A Hagood Avenue, Charleston, SC 29403-5107
- ZIP Code
- 29403-5107
- Solicitation Number
- W912HP-11-R-0005
- Response Due
- 3/7/2011
- Archive Date
- 5/6/2011
- Point of Contact
- Henry Wigfall, (843) 329-8088
- E-Mail Address
-
USACE District, Charleston
(henry.wigfall@usace.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- 1.1 Multiple Award Task Order Contract (MATOC) for Design/Build and/or General Construction to be performed primarily in the Southeast Region (North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi, Louisiana, Arkansas, Tennessee, and Kentucky); however, work may also be performed at other Federal Facilities located within the geographic boundaries of the continental United States to provide rapid response for the following classifications of work to government facilities: new construction, rehabilitation, maintenance, or repair. The North American Industry Classification System (NAICS) codes 236210 and 236220. The Small Business Size Standard is $33.5 Million. The government will award no more than five (5) contracts from this solicitation. Each contract will have a base and 4 option years. The total value of contract shall not exceed $49,000,000.00, with individual task orders up to $30,000,000. The selection process will consist of Phase 1 (technical capabilities) and Phase 2 (short list). Phases will be explained in detail in the solicitation. Work may include, but not be limited to: 1.2. Vertical Construction: 1.2.1. Buildings: New construction, rehabilitation, renovation and repair of buildings, building additions, pre-engineered buildings and other structures (e.g. open bay pre-engineered, storage facilities, training ranges, etc.). Building renovations to include: floors, ceilings, walls, windows, doors, painting, electrical & mechanical upgrades, furniture incidental to construction (e.g. workstations), lead, asbestos and mold remediation, interior and/or exterior painting of new and existing facilities, and work incidental to surface deterioration (e.g. patching drywall, replacing siding, trim work, etc). Structural repairs including but not limited to foundations, settlement, masonry/brick cracking, etc. 1.2.2. New construction, rehabilitation, maintenance or repair of HVAC systems, plumbing systems, waste water drainage systems, fire alarm, fire protection sprinkler systems, fire suppression systems, back flow preventers, all devices, equipment and components associated with constructing and installing these systems. 1.2.3. Roofs: Replacement and repair of roof and roofing systems. Work will include gutters, downspouts, flashing, fascia and soffits. Incidental damage (e.g. ceiling replacement, painting and carpet cleaning) as a result of roof leaks. Building envelope repairs/replacement including but not limited to exterior windows, sealants, brick veneer, mortar repointing, metal ties, mortars, expansion/control joints, etc. 1.2.4. Anti-Terrorism Force Protection of new and existing facilities: Building and site security for both new and retrofit construction (e.g. site layout, security design, building construction, security equipment, threat development, level of protection, and design constraints and communications) 1.3. Horizontal Construction: 1.3.1. New construction, rehabilitation and repairs of highways, roads, streets, airport runways, concrete aprons, sidewalks, firing ranges, trails, obstacle courses, storm drainage, erosion repairs,(i.e. sinkholes, washouts), soft/hard landscaping, sodding, detection loops, bridges, parking lots, traffic lines, traffic markings, repair/replacement of storm water, sewer, lines, utility supply lines etc. 1.3.2. New construction, rehabilitation, maintenance or repair of interior and exterior utility systems and lines (main lines and lateral feeders). Work may include but not be limited to the following: Interior and exterior high and low voltage electrical lines, communication lines, (telephone & data lines), communication systems, security & security camera systems and cabling, emergency generator systems, etc 1.4. Incidental Work: 1.4.1. New construction, renovation, rehabilitation repair or demolition services incidental to the tasks performed in any of the above paragraphs. Work includes, but is not be limited to, carpentry, painting, lighting, and similar minor electrical work that may be required to provide a complete, safe and usable facility during and after the course of roofing, mechanical, plumbing or painting services. 1.4.2. Testing, reports and surveys associated with new construction, renovation, rehabilitation of, repairs and additions to, buildings (including lead and asbestos and other hazardous materials), structures, roads (including traffic/pedestrian patterns), drainage systems, mechanical systems and all utility systems. Perform emergency facility damage assessment surveys related to comprehensive storm, wind and flood damage. (All disciplines) Perform forensic studies and corrective protocols related to water damage, mold, mildew and other hazardous building envelope failures. 1.4.3. Cost estimating for any and all work described in section 1 of this document. 1.5. Restrictions: Task orders for design only or demolition only shall not be placed against the contract. This acquisition is a 100% HUBZone Set-Aside. The Contractor must be register in DOD Central contractor Registration (CCR) prior to award of this solicitation. The solicitation and any subsequent amendments will only be available in electronic format, downloadable from the internet. No CD-ROMs or hardcopy documents will be distributed. Offerors must be registered in the CCR and at the Federal Business Opportunity Homepage (www.fbo.gov) in order to view or download the solicitation documents. It is the responsibility of bidders to monitor the website for notices and amendments. The solicitation will be posted on or about 4 Feb 2011 with proposal due on or about 7 Mar 2011. If you have questions or need assistances contact Henry Wigfall at henry.wigfall@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e739316d8ef4cb634eb046df365b3c41)
- Place of Performance
- Address: USACE District, Charleston 69-A Hagood Avenue, Charleston SC
- Zip Code: 29403-5107
- Record
- SN02346383-W 20101219/101217233939-e739316d8ef4cb634eb046df365b3c41 (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 |