SOLICITATION NOTICE
Y -- Multiple Award Task Order Contract (MATOC) for Design and Construction services
- Notice Date
- 6/15/2011
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-11-R-4022
- Response Due
- 7/28/2011
- Archive Date
- 9/26/2011
- Point of Contact
- Rodney A. Morris, 816-389-3730
- E-Mail Address
-
USACE District, Kansas City
(rodney.a.morris@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The U.S. Army Corps of Engineers (USACE), Kansas City District intends to award a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside Firm Fixed Price Multiple Award Task Order Contract (MATOC) for Design and Construction services. The Solicitation will be available on or about June 28, 2011 on the FedBizOpps website at www.fbo.gov. The purpose of the Multiple-Award Task Order Contract (MATOC) is to provide design-build services to support military construction and design-build projects primarily within the geographic boundaries of the Kansas City District, but may be used to support other projects within the Northwestern Division of USACE. This is 100% set-aside for Service Disabled Veteran Owned Small Businesses. The NAICS codes are 236220, 237990 and 238190. The size standard is $33.5 million. The Government will award up to five (5) base IDIQ contract awards to firms under this solicitation, and the selected Service Disabled Veteran Owned Small Business MATOC contractors will share an award pool of $49 million. The MATOC duration will be one Base year and four option years. Option Periods will be exercised at the Governments discretion. The duration of each contract period is not to exceed (NTE) 365 days. Any unused capacity in one contract period may be carried over into the subsequent contract period. The minimum guarantee on this contract is $10,000.00. Individual projects under this contract will be awarded by task order. The solicitation will include an initial task order which will also be awarded to one of the base contract awardees. The project selected for this initial task order will be the construction of an Emergency Vehicle Training Pad at Fort Leonard Wood, Missouri. An offer guarantee will be required. As requirements develop, Requests for Proposals (RFPs) for other Task Orders will be issued to the awarded MATOC contracts. Task orders will be issued in accordance with DFARS 216.505-70, at the Government's option. Task Orders under these contracts may involve a wide range of projects to include new construction projects or repair/renovation projects. Examples of similar new construction projects include: vehicle maintenance facilities; administrative facilities; hangars and related aircraft support systems; industrial facilities; firing ranges; training facilities; runways; pavements/hardstands; barracks; and kitchen and food service. Examples of similar repair/renovation projects include: whole building renovations; repair or replacement of architectural elements; building seismic upgrades; force protection upgrades; repair or replacement of mechanical, electrical, or fire protection/detection systems; and asbestos and lead abatement services related to renovation activities. Typical project size should reflect ten thousand square feet with a construction value of at least five million dollars. The Government will evaluate the performance capability of proposals in accordance with the criteria described in the solicitation and will select up to five (5) to compete for the MATOC pool. The Solicitation will be available on or about the week of June 28, 2011, and Proposals will be due on or about July 28, 2011 (30 days from issuance of the solicitation). The solicitation will include a detailed list of Evaluation Factors, including any Subfactors or Elements, and will provide instructions for Proposal Requirements and the Basis for Award. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.2, source selection procedures. The government intends to award without discussions. Interested offerors must be registered in the Central Contractor Registration (CCR) database. Firms can register via the CCR internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications to the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN to log in to the website. The solicitation and associated information will be available from the FedBizOpps website https://www.fbo.gov. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Points of Contact: The point of contact for all questions/inquiries is Rodney A. Morris and can be reached by phone at (816)389-3730 or by email at rodney.a.morris@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-R-4022/listing.html)
- Place of Performance
- Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN02473844-W 20110617/110615235125-e3be78454da0f87a381811f7f6f414b4 (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 |