MODIFICATION
Y -- 886 Minor MATOC - Amendment 1 - Solicitation Phase I Attachments (Writeable)
- Notice Date
- 1/12/2016
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
- ZIP Code
- 22602-5000
- Solicitation Number
- W5J9JE-16-R-0002
- Archive Date
- 2/20/2016
- Point of Contact
- Ralph LaRosa, Phone: 540-665-1238, Thuy Le, Phone: 5406652657
- E-Mail Address
-
Ralph.J.LaRosa@usace.army.mil, phuong-thuy.t.le@usace.army.mil
(Ralph.J.LaRosa@usace.army.mil, phuong-thuy.t.le@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT D - Past Performance Questionnaire (PPQ) ATTACHMENT C - Experience Form ATTACHMENT B - Experience Overview Sheet ATTACHMENT A - Financial Questionnaire Solicitation Amendment 0001 The U.S. Army Corps of Engineers (USACE), Transatlantic Afghanistan District (TAA) has a requirement for a multiple award task order contract (MATOC) to fulfill construction projects in Afghanistan. Competition will be limited to sources from Afghanistan. Task orders under the MATOC will typically contain a 35% design, including floor plans, and will require the contractor to complete the design analysis and plans and specifications for all design submittal stages required by the task order. Design submittal content shall include field testing, laboratory testing, design analysis, and plans and specifications for: geotechnical report; existing topographic survey; architectural, structural, civil, mechanical, plumbing, electrical, etc. Plans and specifications shall be in accordance with current U.S. design, Unified Facilities Guides Specification (UFGS) and International Building Codes (IBC), Life Safety Code (NFPA-101), and force protection and security standards. Work will vary from site to site and will require extensive knowledge in design elements of both vertical and horizontal construction. Task orders may include design and construction projects for the following types of work: •1. _ Force Protection (perimeter walls, perimeter lighting, entry control points, guard towers, guard shacks, personal bunkers, barriers) •2. _ Base Housing (barracks, dining facilities, latrines, laundry facilities) •3. _ Base Support (administration building, classrooms, hangars, storage buildings, vehicle maintenance facilities, fuel storage & vehicle refueling points) •4. _ Miscellaneous Buildings (day care centers, medical clinics, fitness centers) •5. _ Utilities (electrical power generator and/or distribution, water supply/storage distribution, wastewater collection & treatment systems, wellhouse, water, sanitary sewer, storm sewer systems) •6. _ Grounds (trash collection points, parade ground review stand, sports field & bleachers) •7. _ Miscellaneous Support (roads, parking areas and motor pools) Construction will be in accordance with current building codes, safety and security standards, and local standards. Task orders shall include, but is not limited to, the necessary design program, site development and improvements, facilities, management, planning, material, labor and equipment unique to and/or associated with each project. The total estimated MATOC capacity is $49,500,000. The performance period for each ID/IQ contract award will be for a three year base (36 months). The minimum guarantee will be $10,000 for the entire contract ordering periods. In the event that no task orders are awarded under a contract, the minimum guarantee will be paid at the end of that contract's period of performance. The $49.5M MATOC capacity is intended for the entire contract ordering period of performance; however, the government reserves the right to use the entire $49.5M capacity earlier than the three year ordering period of performance, if needed. Task orders anticipated under the MATOC are expected to range from $1,000 to $8,000,000 for design-build, site-adapt, and design-bid-build construction requirements in Afghanistan. Using a design-build, two-phase, best value tradeoff source selection procedure, the government intends to solicit this requirement under one RFP for both phases. Qualification proposals are requested under Phase I in which the most highly qualified offerors will be selected and requested to submit Phase II proposals. The government intends to advance eight (8) offerors to Phase II, from which it anticipates awarding five (5) indefinite-delivery/indefinite-quantity (ID/IQ) contracts to form the "MATOC pool". However, the government reserves the right to advance offerors and award to more, less, or none at all from both phases. All resultant task orders will be issued on a firm-fixed price basis using either a tradeoff or a lowest priced technically acceptable source selection procedure. Phase I evaluation factors consists of experience, past performance, and organizational management and execution plan. Phase II evaluation factors consists of price, design, key personnel, technical approach, and a preliminary project schedule against the solicitation "seed project". The complete evaluation criteria are conveyed within the solicitation. The intent of Phase II is to award a MATOC pool and to subsequently award the initial task order (seed project) to one of the MATOC awardees. The government intends to award without discussions but reserves the right to hold discussions if the government determines that to do so would be in its best interests. All interested offerors must be a source from Afghanistan and must have active registrations in the following databases at the time of proposal submission: __System for Award Management (SAM): http://www.sam.gov/ __Joint Contingency Contracting System (JCCS): https://www.jccs.gov/ __Afghan Investment Support Agency (AISA) License: http://www.aisa.org.af/ Failure to have an active and complete registration in any one of the above databases at the time of Phase I proposal submission may determine an offeror's proposal as non-responsive and removed from competition. Information contained within an offeror's registration must be current and valid. The responsibility of maintaining current information in an offeror's registration rests solely on the offeror. If an offeror is a joint venture (JV), the JV entity must have a valid registration representing the JV as one business/firm/entity. This is applicable to SAM, JCCS, and AISA. The government will not accept separate registrations and licenses for each separate entity representing the JV. Solicitation documents for Phase I will only be available through Federal Business Opportunities (FBO). Hard copies will not be provided. All Phase I solicitation amendments will be posted to FBO. It is the offeror's responsibility to monitor the FBO website for amendments to this solicitation. The Phase I proposal due date is listed in Block 13 of the SF1442 (solicitation). Offerors are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process. The point of contact for this procurement is Mr. Ralph La Rosa, Contracting Officer and Ms. Thuy Le, Contract Specialist, U.S. Army Corps of Engineers, Transatlantic Afghanistan District, Bagram AFB, APO AE 09354. You may reach Mr. La Rosa at Ralph.J.LaRosa@usace.army.mil and Ms. Le at Phuong-Thuy.T.Le@usace.army.mil. Please send all correspondence to both points of contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W5J9JE-16-R-0002/listing.html)
- Place of Performance
- Address: Afghanistan, Afghanistan
- Record
- SN03989801-W 20160114/160112235215-41f22996a1a4bcd157f6fb78d8cf56be (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 |