SOLICITATION NOTICE
C -- MATOC Pre-Solicitaion, set-aside for 8(a) business development program participants within the Alaska District only
- Notice Date
- 1/21/2011
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- RCO Fort Wainwright (PARC Pacific, 413th CSB), PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
- ZIP Code
- 99703-0510
- Solicitation Number
- W912D010R0006
- Response Due
- 2/6/2011
- Archive Date
- 4/7/2011
- Point of Contact
- Woody Slate, 9073533480
- E-Mail Address
-
RCO Fort Wainwright (PARC Pacific, 413th CSB)
(woody.slate@us.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Pre-solicitation notice for a set-aside for 8(a) business development program participants within the Alaska District only for the sustainment, restoration, modernization (SRM) and minor construction of real property for all Army controlled land managed by Fort Wainwright utilizing a Multiple Award Task Order Contract (MATOC). This includes the cantonment areas which includes lands bounded by the Richardson Highway, Badger Road and Birch Hill. Additionally, the requirement includes the surrounding training ranges, some of which are geographically separated by approximately 100 miles. The range lands included in this requirement are the Yukon Training Area (YTA), Donnelly Training Area (DTA), small arms complex, Bolio Lakes, Black Rapids Training Center (BRTC), and also includes Fairbanks POL Terminal/Eielson Pipeline, Eielson Takeoff Station, 1301, 10 Lakes, Gerstle River, Fairbanks Permafrost Station and Tok, AK. The NAICS code for this action is 236210 Industrial Building Construction with a size standard of $33.5M. The work is required in support of Directorate of Public Works (DPW) activities headquartered at Forts Wainwright and Greely, Alaska. The Contract Specialist for this solicitation will be Woody Slate, 907-353-3480; or by e-mail at woody.slate@us.army.mil. FOR INFORMATION ONLY: FOR INFORMATION ONLY: The MATOC is required to successfully accomplish the installation's modernization and restoration of real property, as well as minor construction. The execution of the task orders for the MATOC will encompass a wide variety of construction tasks which will be identified in each Statement of Work for each task order solicitation. During the contract period, DPW will identify individual requirements and those requirements will be competed on a task order basis in accordance with FAR 16.5. Finally, the Regional Contracting Office-Alaska (RCO-AK), Fort Wainwright will issue task orders to the winning contractor following each solicitation to complete the work. SCOPE OF WORK: Description of Requirement: This Multiple Award Task Order Contract (MATOC) is for a broad range of sustainment, restoration, modernization (SRM), repair and construction (as defined by Army Regulation (AR) 420-1, Army Facilities Management) on real property at Forts Wainwright and Greely, Alaska. This includes the cantonment areas which includes lands bounded by the Richardson Highway, Badger Road and Birch Hill. Additionally, this includes the surrounding training ranges, some of which are geographically separated by approximately 100 miles. Range lands include Yukon Training Area (YTA), Donnelly Training Area (DTA), small arms complex, Bolio Lakes, Black Rapids Training Center (BRTC), and also includes Fairbanks POL Terminal/Eielson Pipeline, Eielson Takeoff Station, 1301, 10 Lakes, Gerstle River, Fairbanks Permafrost Station and Tok, AK. The work is required in support of Directorate of Public Works (DPW) activities headquartered at Forts Wainwright and Greely, Alaska and all Army controlled land managed by Fort Wainwright and shall incorporate the Construction Specification Institute (CSI) Divisions 1-16. The contract will be a firm fixed-price multiple award indefinite-delivery/indefinite-quantity (IDIQ) type. New (Minor) construction projects are limited to $750,000 or less, or if it has total funded costs of $1.5 million or less and is intended solely to correct a deficiency that is life-threatening, health-threatening, or safety-threatening in accordance Army Regulation 420-1, Army Facilities Management and 10 USC 2805, Unspecified Minor Construction. During the contract period the DPW will identify individual projects with varied construction tasks from any of the CSI Divisions and those will be competed on a task order basis in accordance with FAR 16.5. The Regional Contracting Office-Alaska (RCO-AK), Fort Wainwright will solicit each DPW identified project by requesting proposals from the multiple award contractor pool, hold negotiations as necessary and issue task orders to the successful contractor. Commencement of each Task Order will be within 10 days of the notice to proceed. Individual jobs will vary in size and include tasks in a variety of trades from all construction disciplines including carpentry, road repair, roofing, excavation, interior electrical, steam fitting, plumbing, sheet metal, painting, asbestos abatement, demolition, environmental clean-up, concrete masonry, and welding (this is not an all-inclusive list). Contractors will be responsible to provide all parts, labor, tools, equipment, materials, transportation and supervision necessary to perform each task order in accordance with the specifications, drawings and contract documents. The contractors will be required to set up and maintain management offices at Fort Wainwright and Fort Greely in order to receive work and provide other engineering management services related to the accomplishment of individual jobs. The contractors must be readily available to attend site visits and meetings within 24 hours of notification by the contracting office of these events, not including weekend days or Federal Holidays. CONTRACT INFORMATION: The government will utilize the Lowest Price Technically Acceptable (LPTA) source selection procedures for this solicitation conducted in accordance with FAR 15.3 as supplemented. The Government intends to award contracts to a minimum of four (4) qualified offerors with the lowest price, technically acceptable and is deemed responsible in accordance with the Federal Acquisition Regulation (FAR). Interested firms or joint venture entities (referred to as Offerors) may submit certain specified performance capability proposals, demonstrating their capability to successfully execute construction for IDIQ contracts resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described in the solicitation and will be the only contractors who may participate in the solicitation. Once the solicitation is publicized the contractors who responded (qualified contractors for the set-aside) to the pre-solicitation notice will have the opportunity to submit their information covering all the requirements of the solicitation. The Government will evaluate this information with the criteria described in the solicitation, and award the contract to the responsible Offerors who the lowest price and technically Acceptable. The following evaluation criteria consist of factors and subfactors/elements; Past Performance and Technical Capability. The proposals will be evaluated under Three (3) evaluation factors: Technical Proposal, Past Performance and Price Proposal for the seed project. 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. This solicitation is set-aside for 8(a) business program participants within the Alaska District only. The Government intends to award at least two and up to four contracts as a result of this solicitation. THIS SOLICITATION IS SET-ASIDE FOR 8(a) BUSINESS DEVELOPMENT PROGRAM PARTICIPANTS WITHIN THE ALASKA DISTRICT ONLY. CONTRACTORS MUST RESPOND TO THE PRE-SOLICITATION IN ORDER TO PARTICIPATE IN THE RESULTANT SOLICITATION. Per FAR part 36.204 -- Disclosure of the Magnitude of Construction Projects. The magnitude for this requirement is More than $10,000,000. The estimated duration for each 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 minimum guarantee will be $ 25,000. 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 $150,000. The maximum task order limitation for the contracts without consultation with the contractor is $10,000,000. 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. 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/notices/958f6bf3120d9db2bb80a196820fcc91)
- Place of Performance
- Address: RCO Fort Wainwright (PARC Pacific, 413th CSB) PO Box 35510, 1064 Apple Street Fort Wainwright AK
- Zip Code: 99703-0510
- Zip Code: 99703-0510
- Record
- SN02363999-W 20110123/110121233725-958f6bf3120d9db2bb80a196820fcc91 (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 |