News

Small Business (SB) Set Aside Indefinite Delivery/Indefinite Quality (IDIQ) Multiple Award Task Order Contracts (MATOC) for Design-Build or Design-Bid-Build construction services

Type of document: Contract Notice
Country: United States

Small Business (SB) Set Aside Indefinite Delivery/Indefinite Quality (IDIQ) Multiple Award Task Order Contracts (MATOC) for Design-Build or Design-Bid-Build construction services

Agency:
Department of the Army

Official Address:
Attn: CESWT- CT
1645 South 101st East Avenue Tulsa OK 74128-4609

Zip Code:
74128-4609

Contact:
Bruce E. Hayes, Contract Specialist, Phone 9186697277, Email Bruce.E.Hayes@usace.army.mil тАУ Brian Hutchison, Contracting Officer, Phone 9186697426, Email brian.c.hutchison@usace.army.mil

Link:

Date Posted:
31/08/2017

Classification:
Z

Contract Description:
(1) Action Code: This is a Pre-Solicitation Notice

(2) Date: 31 August

(3) Year: 2017

(4) Contracting Office Zip Code: 74128

(5) Classification Code: Z

(6) Contracting Office Address:
1645 S. 101 E. Avenue, Suite 350
Tulsa, OK. 74128-4609

(7) Subject: Small Business (SB) Set Aside Indefinite Delivery/Indefinite Quality (IDIQ) Multiple Award Task Order Contracts (MATOC) for Design-Build or Design-Bid-Build construction services in support of various military and civil works projects within the Southwest Division Tulsa District (SWT) boundaries of the U.S. Army Corps of Engineers

(8) Proposed Solicitation Number: W912BV17R0032

(9) Closing Response Date: TBD by Solicitation

(10) Point of Contact: Mr. Bruce Hayes

(11) Contract Award Dollar Amount: IAW FA 36.204 тАЬDisclosure of Magnitude of Constructing ProjectsтАЭ the estimated amount of this contract is тАЬmore than $10,000,000.00.тАЭ The sum of all task orders shall not exceed $49 million for the five (5) year period.
 

(12) Description:
The following is a Pre-Solicitation Notice for this requirement. This notice does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2- Synopsis of Proposed Contract Actions in preparation for release of the Request for Proposal (RFP) at a later date.

The U.S. Army Corps of Engineers intends to solicit for and award a firm, fixed-price Indefinite Delivery Indefinite, Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) which will be awarded using the Best Value Trade-Off Process. The MATOC is for design-build construction services to meet the requirements and time constraints for military, civil, and Interagency and International Services (IIS) customers within Southwestern Division (SWD) Boundaries, and mainly for Tulsa District customers. This will be a two-phase competitive solicitation.

The Government intends to award up to five (5) firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order (MATOC) contracts to the responsible Phase 2 Offerors whose proposal the Source Selection Authority determines conform to the solicitation, is fair and reasonable, and offers the best overall value to the Government.

The first phase consists of a process known in commercial design-build as the тАЬRequest for QualificationsтАЭ or the acronym: тАЬRFQтАЭ. This solicitation refers to it as тАЬPhase 1тАЭ. In Phase 1 of the 2 phase design-build selection procedure, interested firms or joint venture entities (referred to as тАЬOfferorsтАЭ) submit specified performance capability proposals demonstrating their capability to successfully execute the design-build construction contract resulting from this solicitation. The Phase 1 Evaluation Criteria consists of four (4) factors: Construction Past Performance, Corporate Relevant Specialized Experience, Design Support and Management Effectiveness. The Government will evaluate the qualifications in accordance with the criteria described in the solicitation and will select a maximum of five of the most qualified offerors to submit offers in Phase 2.

Phase 2 proposals will include a technical solution to a design-build project, the remaining performance capability proposals which include the identification of key subcontractors, and price proposals for consideration. The Government will evaluate the proposals in accordance with the criteria described in the solicitation. The Phase 2 Evaluation Criteria consists of five (5) factors: Initial/Sample Task Order Technical Solution, Key Subcontractors, Proposed Contract Duration and Preliminary Schedule, Relevant Specialized Experience for Initial/Sample Task Order Project, and Phase 1 Proposal Roll-Up Rating. Price information will be evaluated for fairness, reasonableness, and for material unbalancing, as described in the Phase 2 section of the solicitation.

This is a negotiated procurement. The solicitation will be issued as a Request for Proposal (RFP) utilizing FAR Part 15. All responsible sources may submit a proposal, which shall be considered by the agency in accordance with the conditions and criteria specified in the Solicitation.

The actual solicitation issue date is yet to be determined, however, it is anticipated that the tentative date for issuance of the solicitation will be on or about 15 September 2017.

This requirement is being solicited as 100% Small Business Set-Aside under North American Industry Classification System (NAICS) code 236220 тАЬCommercial and Institutional Building ConstructionтАЭ with a size standard of $36,500,000.00.

SCOPE: The scope of this SWD MATOC includes, but is not limited to, construction, renovation, repairs, preventive maintenance, and environmental abatement activities. The contracts are not only intended to execute new construction and design-build, but to provide a timely response to repair of real and personal property facilities, e.g., maintenance, repair, asbestos and lead based paint abatement, and major and minor construction situations relating to, but not limited to, architectural, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection.

AWARD: Award of will be made to the Offeror(s) whose proposal is determined to represent the best overall value to the Government based on the evaluated ratings. The Government reserves the right to accept other than the lowest priced offer or to reject all offers. If other than the lowest priced offer is accepted, it must be sufficiently more advantageous than the lowest priced offer to justify the payment of additional amounts.

The Government intends to award a contract without discussions based on initial proposals received; therefore, proposals shall contain the OfferorтАЩs best terms from and cost and technical standpoint. The Government reserves the right to conduct discussions in accordance with FAR 52.215-1. If discussions are necessary, the Government will establish a competitive range of the Offerors that are the most highly rated. The Government reserves the right to address any pertinent issues in the proposals.

PERIOD OF PERFORMANCE: The contract shall have a three (3) year base period and two (2), one (1) year option periods.

SUSTAINABILITY NOTICE:
     For EPA-Designated Recovered Material Products visit:
       
     For USDA-Designated Biopreferred Program Product Categories visit:
       
     For DOE Product Categories Covered by Efficiency Programs visit:
       

The solicitation will include the FAR clause at 52.225-11, Buy AmericanтАУConstruction Materials under Trade Agreements.

(13) The solicitation package will include scope of work and specifications. The solicitation will be offered in electronic format ONLY. Request for solicitation packages made by telephone, fax, or email will not be honored, as contractors must download the documents through FedBizOps website: www.fbo.gov. Notification of amendments shall be made via the www.fbo.gov website as well. It is therefore the offerorтАЩs responsibility to check the www.fbo.gov website daily for any posted changes to the solicitation. ContractorтАЩs may view and/or download the solicitation and all amendments after issuance from FedBizOps.

(14) Place of Contract Performance: Mainly within the Southwest Division Tulsa District (SWT) boundaries of the U.S. Army Corps of Engineers.

(15) All prospective offerors must be registered in the System for Award Management (SAM) database before prior to award. Contractors can obtain information on registration and annual confirmation requirements by calling 866-606-8220 or via the Internet at

(16) Offerors are advised that this project may be delayed, cancelled or revised at any time during solicitation, evaluation, selection, negotiation and/or final award process.

(17) Set-aside Status: 100% set-aside for Small Business.

 

Sol Number:
W912BV17R0032

 

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 тАУ 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