AWARD
Z -- Regional Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) For Dredging Projects Requiring Coast Guard Certified Hopper Dredges Within The Boundaries Of The South Atlantic Division
- Notice Date
- 2/29/2012
- Notice Type
- Award Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP12R0011
- Archive Date
- 3/30/2012
- Point of Contact
- Beau Corbett, 904-232-1388
- E-Mail Address
-
USACE District, Jacksonville
(beau.corbett@us.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912EP-12-D-0003
- Award Date
- 2/29/2012
- Awardee
- CASHMAN DREDGING AND MARINE CONTRACTING, CO., LLC (616466731) <br> 549 SOUTH ST<br> QUINCY, MA 02169-7318
- Award Amount
- $0.00
- Description
- This solicitation was issued for the sole purpose of refreshing the pool of contractors for this particular group/pool. The Government intends to issue a master solicitation from which a minimum of one Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCS) will be awarded for Group I, Dredging Projects Requiring Coast Guard Certified Hopper Dredges within the Boundaries of the South Atlantic Division (SAD). Each IDIQ contract will be for a period of one year from date of award, with options to extend three additional one-year periods, not to exceed a total of five years. Maximum order limit is $500,000,000.00 for the entire group/pool for the entire period. The magnitude of construction per task order will vary and is estimated to be between $1,000,000.00 and $25,000,000.00. The scope of work will vary for each task order. The plans and technical specifications shall be provided with each individual Task Order Request for Proposal. All work shall be completed in accordance with individual task order requirements as specified in the Request for Proposal. All task orders will be competed among contractors that receive IDIQ Contracts. MATOC awards will be made to the offerors whose proposals meet or exceed the Technical Acceptability requirements contained in the solicitation. Technical evaluation criteria for the IDIQ MATOCs include: (1) Plant and Equipment and (2) Evidence of Coast Guard Certification. Small Business firms must also submit the following: (1) Proof of ownership of dredge; (2) Evidence of small business status; and (3) Evidence of ability to provide acceptable performance and payment bonds. A Determination of Responsibility will also be required (Section 00600B of the solicitation). In addition, price will be evaluated under the MATOC Pool Refresh task order described in the following paragraph. The award of the MATOC Pool Refresh task order will be made on the basis of Lowest Price Technical Acceptable (LPTA).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/Awards/W912EP-12-D-0003.html)
- Record
- SN02685498-W 20120302/120229234537-478aa352a75bec04912a4d7c8873eed0 (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 |