Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2012 FBO #4022
MODIFICATION

Y -- Two-Phase South America Multiple Award Task Order Contracts (MATOCS) Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts. Seed Project: FY 12/13 HAP 20092 Disaster Relief Warehouse (DRW), Huaraz, Peru - Amendment 2

Notice Date
11/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-13-R-0003
 
Archive Date
1/3/2013
 
Point of Contact
Chris Vandiver, Phone: 251-441-5599, Sara G. Logsdon, Phone: 251-690-3347
 
E-Mail Address
john.c.vandiver@usace.army.mil, sara.g.logsdon@usace.army.mil
(john.c.vandiver@usace.army.mil, sara.g.logsdon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is a "Best Value", two-phase source selection. In Phase One, Offerors will compete to determine which Offerors will be short-listed and submit proposals for Phase Two. In Phase One, an Offeror must submit certain specified information regarding its company's past performance information. Price is not a submission requirement in Phase One. Based on the results of Phase One, technical evaluations, the Government will select two or more of the most highly rated Offerors to participate in the Phase Two competition. In Phase One, the Government reserves the right to reject any and/all offers. In Phase Two, Offerors will compete to determine which Offerors will be awarded an ID/IQ MATOC contract and included in the MATOC pool. Price will be submitted in Phase Two. Therefore, Offerors must perform some design work before developing price proposals. The price proposal will include two bid schedules: Bid Schedule No. 1 and Bid Schedule No.2. Only one (1) Offeror awarded an ID/IQ MATOC contract will be eligible for award of the seed project (Bid Schedule No. 2). The Government is not obligated to award an ID/IQ MATOC contract to all Offerors competing in Phase Two. The Government reserves the right to reject any and/all offers in Phase Two. This solicitation will be available for download on or around 7 Nov 2012. Two or more contracts will be awarded from this solicitation. These contracts shall consist of Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) in support of U.S. Army Corps of Engineers, Mobile District, Military Construction and Support for Others program for South America. However, the Government reserves the right to utilize this contract for general construction projects located in other parts of Central America and the Caribbean at the direction of the Contracting Officer. This requirement is being handled by the U.S. Army Corps of Engineers, Mobile District, Mobile; Alabama. The term of the contract is limited to a one (1) year (12 months) base period and four (4) twelve month options. The guaranteed minimum will be $1,000 and the total capacity for the contract will be $49 million over five years. The Contractor shall complete all work under this contract in accordance with schedules that are established in each Task Order. Work will vary from site to site, or location, and will require extensive knowledge of construction and renovation projects. Submittal dates will be included in the individual Task Orders. These dates identify when information is due in the issuing Government office and other addresses identified in the individual Task Orders. The types and numbers of submittals and dates and places for review meetings shall be established by each Task Order under this contract. Defense Base Act (DBA) Insurance may be required for some resultant task orders. The Government anticipates that most Task Orders will be awarded on a firm fixed-price basis prescribed in FAR 16.601. OBJECTIVE. This contract will require contractors to provide all plant, labor, equipment and materials necessary to perform construction, incidental demolition, upgrade and repair of facilities and structures. Work will typically include vertical and horizontal construction, site work, geotechnical surveys, landscaping, surveying, mapping, mechanical and electrical work for blast resistant, fortified structures; rigid and flexible paving for roads, airfields and helipads; parking lots; riverine and marine construction of floating docks, piers, and barges; dredging; construction of remote and temporary camps, firing ranges, fuel systems, ammunition storage, food storage, interior and exterior utilities to include water and sewage treatment, water wells, communications, electrical power (to include generators and solar and wind power), security (to include field fortifications, wire obstacles, bunkers, watch towers and security fencing and hardening of existing facilities) and safety of facilities. Facilities and structures may include administrative buildings, barracks, warehouses, hangers, schools, motor pools, etc. The work may involve replacement in kind, repairs, upgrades and modification work and/or new construction. It also may include incidental design and testing, and survey and abatement for lead based paint (LBP) and asbestos containing materials (ACM). Facility repairs, upgrades and construction shall conform to the requirements of the technical criteria listed in the Task Order. Task Orders may require the application of U.S. Building Codes; International Building Code (IBC); National Electric Code (NEC); Structural and Heating, Ventilation and Air Conditioning (HVAC) codes; and U.S. Department of Defense criteria that include, but are not limited to, Unified Facility Criteria (UFC) and Anti-Terrorist and Force Protection (AFTP) requirements. In addition, construction materials, including, but not limited to locally available aggregates, cements, reinforcing steel, structural lumber, block masonry products, conduit and electrical devices, pipe and plumbing fixtures, may be purchased under this contract. Some construction may occur at remote locations and close coordination will be required with both the US Army Corps of Engineers and Host Nation Military authorities throughout the life of the projects. Projects on Host Nation military installations will require that employees be vetted for security by Host Nation military authorities. The work described herein shall be accomplished through the implementation of Task Orders issued under the terms of this solicitation. Some incidental design effort may be required. The maximum size of any project is anticipated to be no more than $5 million. There will be one pool of contractors. Contractors will only compete for Task Orders against the other members of this pool. SEED PROJECT: FY 12/13 HAP 20092 Disaster Relief Warehouse, Huaraz, Peru The Huaraz Disaster Relief Warehouse (DRW) facilities project consists of the construction with incidental design of a warehouse facilities (storage area, bathrooms, communications room and conference room), roofed open bay storage; Emergency Operations Center (EOC) parking lot extension (gravel truck maneuver area of approximately 1430 square meters); EOC perimeter fence extension (approximately 75 meters) and vehicle exit gate. The scope of work also includes the construction of approximately 13.5 meters of brick wall on the north side (front) of the property and the construction of a partition wall between remaining buildings of the flour factory and the DRW (approximately 63 meters). Estimated cost range for the seed project is between $500,000 and $1,000,000. Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. In addition, electronic medium (CD) of the bid submittal documents will be required at each Phase. Note No. 3: Critical path method (network analysis system) is not required. Note No. 4: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.fbo.gov. Address questions concerning downloading of plans/specifications to Plans Room at phone number 251-690-2535 or 251-690-2536. Note No. 5: A Pre-proposal Conference will be held on 26 November 2012 starting at 10:00 a.m. (Local Time) at the Richmond Hotel in Bogotá, Colombia. An additional Pre-proposal Conference will be held on 28 November 2012 starting at 09:00 a.m. (Local Time) at the Marriott Hotel in Lima, Peru. These will be the only Pre-proposal conferences and the same information will be presented at each one. The site visit for the seed project is scheduled for 29 November 2012. The purpose of each conference is to familiarize the bidders with the scope of work, address bidders' questions concerning the project, and familiarize the bidders with the Best Value process. Attendance at either of the conferences is strongly recommended. Minutes of the pre-proposal conferences will be prepared by the Government and placed on the internet at https://www.fbo.gov. All parties planning to attend should provide the following information to: Point of Contact is the Area/Resident Engineer, Mr. Manuel Urquilla, U.S. Embassy Bogotá, Colombia, Corps of Engineers South America Resident Office, phone: 011-571-383-2169. by noon, 16 November 2012: a. Name of firm with complete mailing address. b. Name, title, and phone number of each representative. c. Attendees will be required to provide a valid drivers license, proof of insurance, and vehicle registration to gain access to the installation for the site visit and conference. Note No. 6: The request for information (RFI) process for bidder inquiries during the advertisement period is contained in the RFP solicitation package available exclusively from FedBizOpps. Other forms of communicating RFIs to the government will not be honored. The government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-13-R-0003/listing.html)
 
Record
SN02937064-W 20121128/121126234324-0151b20b65a99733e0d1f11bb25e375b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.