News

Small Business $45M Multiple Award Task Order Contract (MATOC) For Vertical Construction Services in support of Fort Polk, Louisiana.

Type of document: Contract Notice
Country: United States

Small Business $45M Multiple Award Task Order Contract (MATOC) For Vertical Construction Services in support of Fort Polk, Louisiana.

Agency:
Department of the Army

Official Address:
Attn: CESWF-CT
PO Box 17300 Fort Worth TX 76102-0300

Zip Code:
76102-0300

Contact:
Christopher A. Ainsworth, Contract Specialist, Phone 8178861084, Email christopher.a.ainsworth@usace.army.mil

Link:

Date Posted:
03/03/2017

Classification:
Y

Contract Description:
This is a Solicitation Notice for a new Small Business (set-aside) Multiple Award Task Order Contract (MATOC) for Vertical Construction Services in support of Fort Polk and its surrounding areas (Peason Training Range and England Airpark, Alexandria, LA).

Point of Contact: The Contract Specialist for this anticipated solicitation will be Mr. Christopher A. Ainsworth at 817-886-1084, email: christopher.a.ainsworth@usace.army.mil.

1. CONTRACT INFORMATION:
The Fort Worth District intends to award a minimum of two (2) and a target of five (5) contracts within the Small Business MATOC pool with an estimated maximum task order limitation of $8,000,000 and a minimum task order limitation of $2,500. The maximum combination of all orders is not to exceed $45,000,000. All task orders issued will be firm-fixed price. The minimum guarantee for each contract awarded in the pool is $2,500 which applies to the base period only. This action will be 100% set-aside for Small Business.

MATOC: Each task order will be awarded pursuant to FAR & DFARS 16.505 Ordering and in accordance with the task order terms and conditions. All contracts will remain active unless or until (1) the contractor has a documented past performance record of unsatisfactory; (2) contract expiration; (3) task order completion; (4) the capacity is reached; or (5) the contract is terminated for convenience or default by the Government.

The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to four (4) Option Periods of twelve (12) months each, for a total not to exceed contract period of 60 months. 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) construction activities, to include, but not limited to: design and construction activities such as new construction, minor construction, sustainment, restoration and/or modernization services for military projects to include the following: Repair and Alternation of real and personal property facilities, e.g., maintenance, repair and minor construction services relating to the following: Mechanical, Plumbing, Structural, Electrical and Heating, Ventilation and Air Conditioning (HVAC). Instrumentation repair incidental to construction. Asbestos and lead based paint abatement, and other environmental remediation incidental to the construction. Anti-terrorism and force protection systems upgrades, repairs, and installation. Vertical construction of new buildings, building renovation or repair. Repair of parking areas, and pedestrian walkways adjacent to the facility being repaired or constructed incidental to construction. Lighting installation or repair incidental to construction. Interior or exterior painting of buildings or structures incidental to construction. Storm water system improvement and repair incidental to construction. Other site work including site grading and drainage, landscape plantings, exterior irrigation systems, and retaining walls incidental to the construction.

3. EVALUATION INFORMATION: This Small Business solicitation will be evaluated under the Two-Phase Design Build Process. In Phase 1, interested firms or joint venture entities (referred to as “Offerors”) will submit a technical proposal only, demonstrating their past performance and capability to successfully execute a design-build and/or design-bid-build construction IDIQ contract resulting from this solicitation. The Government will evaluate the performance capacity in accordance with the criteria described in the Phase 1 solicitation and intends to select up to ten (10) of the Phase 1 offerors to compete in Phase 2. In addition, the Government reserves the right to select more than ten (10) of the Phase 1 offerors if, in the opinion of the Source Selection Authority, consideration of additional offerors is warranted. In Phase 2, the selected offerors will submit a technical proposal and a price proposal for the initial task order (seed project). The Government will evaluate the Phase 2 proposals, in accordance with the criteria described for Phase 2 in the solicitation, 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 all technical and non-technical factors including cost or price identified under Phases 1 and 2. Award of the subsequent IDIQ contracts will be made to the offeror(s) whose proposal(s) is (are) considered to represent the second and up to a target of four best value(s) to the Government based on the evaluated ratings from Phase 1 & 2 and the proposed price for the initial task order.
The following evaluation (rating) criteria listed below shall be used in this solicitation unless modified by amendment prior to receipt of proposals:
Phase 1 – Past Performance and Organization & Technical Approach are of equal importance and rated as the second most important factor.
Phase 2 – Design Technical Approach for the task order is rated as the most important factor; Schedule for the task order is rated as the third most important factor; and Price is the least important factor. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price.

4. SUBMISSION INFORMATION: Solicitation number W9126G-17-R-0049. Phase1 proposals are due on 04/03/2017. If the Government elects to conduct a pre-proposal conference and site visit for Phase 2, it will be conducted after the Phase 2 selection has been made. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1542. The Small Business Size Standard is $36.5 Million. The anticipated solicitation will be a negotiated acquisition. There will be no public bid opening. Plans and specifications will not be provided in a hard paper copy since electronic copy of the solicitation with specifications and drawings will be posted on Fed Biz Opps (www.fbo.gov). 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 can be obtained at

Response Date:
040317

Sol Number:
W9126G-17-R-0049

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy