Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 24, 2020 SAM #6904
SOLICITATION NOTICE

Y -- Western Multiple Award Task Order Contract (MATOC) for Horizontal Construction

Notice Date
10/22/2020 1:25:26 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W075 ENDIST TF BARRIER PHOENIX AZ 85013-1927 USA
 
ZIP Code
85013-1927
 
Solicitation Number
20-002790
 
Response Due
10/8/2020 3:30:00 PM
 
Archive Date
10/23/2020
 
Point of Contact
Maria Calica, Elizabeth Thorstad
 
E-Mail Address
maria.a.calica@usace.army.mil, Elizabeth.A.Thorstad@usace.army.mil
(maria.a.calica@usace.army.mil, Elizabeth.A.Thorstad@usace.army.mil)
 
Description
This is a Pre-solicitation Synopsis Notice for Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for Horizontal Construction in support of the Department of Homeland Security (DHS) San Diego, El Centro, Yuma and Tucson Border Protection Sectors, and the U.S. Army Corps of Engineers (USACE) South Pacific Border (SPB) District. It is anticipated that this acquisition 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. The anticipated MATOC awards are based upon projected requirements for, but not limited to, the San Diego, El Centro, Yuma and Tucson Border Protection Sectors. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming.� This Synopsis is NOT an Invitation for Bids or a Request for Proposals.� Proposals shall NOT be submitted in response to this Synopsis and will not be evaluated. Interested parties are advised that the Government will not pay for any information or administrative costs incurred in response to this Synopsis; all costs associated with responding to this Synopsis will be solely at the interested party�s expense.� Not responding to this Synopsis does not preclude participation in any future solicitation, if one is issued.� The draft solicitation is provided for informational purposes only and is subject to change.� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.� All questions regarding this Synopsis must be submitted via ProjNet at www.projnet.org. Questions regarding this Synopsis, including technical questions, shall be submitted in writing via the �Bidder Inquiry� in ProjNet at www.projnet.org\projnet by no later than 4:30pm Mountain Daylight Time, 8 October 2020. The Quick Add Key is: 3Z2U43-D9892K From the home page, select �Quick Add� at the top right- hand side of the screen; Select ""USACE"" as the Agency; Enter the Quick Add Key in �Key;� enter your email address; and check to agree to the Privacy and Security Notice. 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. From here you can view all inquiries or add an inquiry. � *** Please Note: Respondees shall only submit one question per inquiry. Include the pre-solicitation number and title with your questions. Respondees will receive an acknowledgement of their question by email, followed by an answer to their question after it has been processed by our technical team and closed by the Contracting Officer. 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 833-389-1097. �Respondees are encouraged to register in ProjNet for alerts to stay abreast of Q&A�s that are posted in reference to this pre-solicitation. Only self-registered users on ProjNet can submit and review inquiries. To self-register, go to the webpage, click the register link, select agency � �USACE,� select site � �South Pacific Division (SPD),� and complete all fields (name, email, phone, etc�). After initial login, enter all the required information to create your user ID. Verify the information on the next screen and from there you may submit and view inquiries. Those submitting inquiries will receive a system generated email notification when their inquiry has been processed and answered. �It is the Respondee�s responsibility to monitor for inquiries and responses. 1. CONTRACT INFORMATION: The South Pacific Border 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 minimum task order limitation is $2,000.� The unrestricted awards maximum task order limitation is $500,000,000.� The minimum and maximum reserve task order limitation will be based on the Contracting Officer�s discretion in accordance with FAR 19.504(c). Contractors may, at their discretion, accept task orders above the estimated maximum task order of $500,000,000. The total estimated capacity for the MATOC is $4,000,000,000. The minimum guarantee for each contract awarded is $2,500. Each task order will be awarded pursuant to FAR 16.505 Ordering, and in accordance with the task order terms and conditions. The performance period for each MATOC award will be a base ordering period of five years (no options).� The performance period for each task order will be determined based upon the individual requirement and will be included in each individual task order solicitation and the following task order award. The Government reserves the right to award a contract for a lesser duration than stated herein if it is determined in the best interests of the Government. 2. PROJECT INFORMATION: Construction services required include a wide variety of Design-Build and/or Design-Bid-Build (DBB) construction of fence, wall, patrol roads, access roads, lights, gates for access to border monuments, maintenance, and for Border Protection operational use, drainage improvements, levee walls, and other miscellaneous improvements, repairs, and alterations. Although these MATOCs are primarily intended to support DHS Border Protection Sectors, they may also be used in support of other USACE programs within the boundaries of the South Pacific Division (SPD) and Southwestern Division (SWD) such as civil works, military construction, and Interagency and International Support (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 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 target of 20 (ten large businesses and ten small businesses) of the most highly qualified offerors to submit Phase 2 proposals. In Phase 2, the selected Offerors will submit technical proposals for the initial task order(s) (i.e. seed projects), including the task order summary schedule, and a price proposal for the task order(s) only. The initial task orders issued will include one task order reserved exclusively for small business and the other task order will be unrestricted (large and small). The Government will evaluate the Phase 2 proposals in accordance with the criteria described in the solicitation for Phase 2 and award the 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 best value to the Government up to the maximum target of 10 awards (five large businesses and five small businesses). The following evaluation factors will be used in this solicitation unless modified by amendment prior to receipt of proposals: Phase 1 Factors: Factor 1 � Past Performance and Factor 2 Organization/Management Team Phase 2 Factors: Factor 1 � Schedule; Factor 2 � Management Team; Factor 3 � Design; and Factor 4 � Small Business Participation Plan 4. SUBMISSION INFORMATION: Estimated solicitation issue date is on or about�6 November 2020 under solicitation number W50UW8-20-R-0012. Phase1 Proposals are anticipated to be due on or about 7 December 2020 (approximately 30 days from issuance of the solicitation).��A site visit during Phase 2 of the evaluation process will be conducted. 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 $39.5 Million. The anticipated solicitation will be a negotiated acquisition. There will be no public bid opening. The Phase 1 solicitation will be posted on beta.SAM.gov (https://beta.sam.gov/). Paper copies of the solicitation will not be provided. Prospective contractors must be registered in SAM prior to submission of Phase 1 proposals. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained at http://www.sam.gov. Contracting Office Address: Attn: CESPB-CT 3636 N. Central Avenue, Phoenix, Arizona 85012 United States Place of Performance: San Diego, El Centro, Yuma, and Tucson Border Protection Sectors United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/036958fff23440648d441b598397787a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05835648-F 20201024/201022230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.