SOLICITATION NOTICE
Y -- Multiple Award Task Order Contract (MATOC) for Horizontal Construction Services in support of the Rio Grande Valley, Laredo, Del Rio, Big Bend and El Paso Border Patrol Sectors and the US Army Corps of Engineers (USACE) Southwestern Division and South Pa
- Notice Date
- 5/7/2018
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G18R0092
- Point of Contact
- Alice Austin, Phone: 8178861267
- E-Mail Address
-
alice.m.austin@usace.army.mil
(alice.m.austin@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Pre-solicitation Synopsis Notice for Multiple Award Task Order Contract (MATOC) for Horizontal Construction Services in support of the Department of Homeland Security (DHS) Rio Grande Valley, Laredo, Del Rio, Big Bend and El Paso Border Patrol Sectors and the US Army Corps of Engineers (USACE) Southwestern Division (SWD) and South Pacific Division (SPD). It will be solicited on the basis of full and open competition (Unrestricted), with a target of five unrestricted awards and a target of five awards being made to Small Business concerns for a small business reserve within the MATOC. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS must be submitted via ProjNet at www.projnet.org a. From the home page, select "Quick Add" at the top right hand side of the screen. 1) Select "USACE" as the Agency 2) Enter the Quick Add Key (YV445V-PQY44Z) in "Key" 3) Enter your email address 4) Check to agree to the Privacy and Security Notice. 5) If you are not registered, a set of fields will appear. Complete all the fields. Once completed, you will be taken to the inquiry page for the solicitation. From there you can view all inquiries or add an inquiry. Please Note: Offerors shall only submit one question per inquiry. Inquiries containing multiple questions may be rejected. b. Include the solicitation number, project title and location of project with your questions. c. Submitters will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. d. For assistance, the ProjNet Call Center operates weekdays from 8 A.M. to 5 P.M. U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-4357. 1. CONTRACT INFORMATION: The Fort Worth District intends to award a target of 10 contracts: five on an unrestricted basis, and five to Small Business (SB) concerns for a small business reserve within the MATOC. The Unrestricted awards will have a minimum task order limitation of greater than $25,000,000 and an estimated maximum task order limitation of $350,000,000 and the SB awards will have a minimum task order limitation of greater than $2,000 and an estimated maximum task order limitation of $25,000,000, unless there is an approved business case to advertise a task order to the entire MATOC pool regardless of dollar value. The total estimated capacity for the MATOC is $5,000,000,000. The minimum guarantee for each contract awarded is $2,000. Each task order will be awarded pursuant to FAR 16.505 Ordering, and in accordance with the task order terms and conditions. The estimated duration for each contract award will be a base ordering period of five years, with no option periods. The Government reserves the right to award a contract for a lesser duration than stated herein if it is determined in the best interest of the Government. 2. PROJECT INFORMATION: Construction services required include a wide variety of Design-Build and/or Design-Bid-Build (DBB) horizontal construction activities to include new construction, maintenance, repairs and alterations activities such as fence, wall, patrol roads, access roads, lights, gates for access to border monuments, maintenance, and for Border Patrol operational use, drainage improvements, levee walls, and other miscellaneous improvements, repairs, and alterations. Although these MATOCs are primarily intended to support DHS Border Patrol Sectors, they may also be used in support of other USACE programs within the boundaries of SWD and SPD such as civil works, military construction, and IIS support. 3. EVALUATION INFORMATION: Proposals will be evaluated under the Two Phase Design Build Process, using the best-value trade-off process. During Phase 1, interested firms or joint venture entities (referred to as "Offerors") may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build and design-bid-build construction IDIQ contract resulting from this solicitation. The Government will evaluate the proposals in accordance with the criteria described in the Phase 1 solicitation and intends to select a maximum of 10 of the most highly qualified offerors to submit phase-two proposals. In Phase 2, the selected Offerors will submit technical proposals for the initial task order, the task order summary schedule, and a price proposal for the task order only. The Government will evaluate the Phase 2 proposals in accordance with the criteria described for Phase 2 in the solicitation and award a contract to the responsible Offeror whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government, considering technical quality, performance capability, and cost. Award of the subsequent contracts will be made to the Offeror(s) whose proposal(s) is (are) considered to represent the next best values to the Government up to the total target of five contracts. The following evaluation (rating) factors will be used in this solicitation unless modified by amendment prior to receipt of proposals: Phase 1 Factors (in order of importance): Experience (most important factor), Technical Approach, Small Business Participation, and Past Performance (least important factor). Phase 2 - Construction Approach for the task order; Summary Schedule for the task order, Price. All technical factors (Construction Approach and Summary Schedule) when combined are approximately equal to Price. 4. SUBMISSION INFORMATION: Estimated solicitation issue date is on or about 23 May 18 under solicitation number W9126G18R0092 Phase1 Proposals are anticipated to be due on or about 15 Aug 18 (approximately 30 days from issuance of the solicitation). The Government plans to conduct a Pre-proposal Conference and site visit during Phase 2 of the evaluation process. The North American Industrial Classification System (NAICS) code applicable to this project is 237310 (Highway, Street, and Bridge Construction). The Small Business Size Standard is $36.5 Million. The anticipated solicitation will be a negotiated acquisition. There will be no public bid opening. The Phase 1 solicitation will be posted on Fed Biz Opps (www.fbo.gov). Paper copies of the solicitation will not be provided. Prospective contractors must be registered in SAM prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration & ORCA can be obtained at http://www.sam.gov. Place of Contract Performance: Rio Grande Valley (RGV), Laredo, Del Rio, Big Bend, & El Paso Border Patrol Sectors
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18R0092/listing.html)
- Place of Performance
- Address: Rio Grande Valley (RGV), Laredo, Del Rio, Big Bend, & El Paso Border Patrol Sectors, United States
- Record
- SN04913120-W 20180509/180507230726-77c1d7e0fc9cd3e2ea93303eedb77484 (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 |