The RFP Database
New business relationships start here

Small Business Construction MATOC


North Carolina, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SB MATOC SYNOPSIS

W912PM-15-R-0004

The US Army Corps of Engineers (USACE) Wilmington District intends to issue Two-Phase Request for Proposal (RFP) No. W912PM-15-R-0004 for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for General Construction. Task orders issued under this MATOC will require performance of work in North Carolina; however, work may also be performed at other Federal Facilities located within the geographic boundaries of the U.S. Army Corps of Engineers South Atlantic Division (North Carolina, South Carolina, Virginia, Georgia, Florida, Alabama, and Mississippi).

NOTE: A sources sought for this project was posted under RFP # W912PM-14-R-0003. This project is the same but the RFP number has been changed to a current fiscal year RFP #.

FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no proposals are being accepted at this time. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below.

This acquisition is being offered as a Small Business Set-Aside under NAICS code 236220 (size standard $36.5M). The life of the basic contract is for a base period of one (1) year and four (4) one-year options. The intent of this solicitation is to select up to five (5) contractors for the IDIQ MATOC pool. Estimated value for this MATOC pool is $49.5M. The Government will use Best Value Two-Phase Design-Build selection procedures in accordance with Federal Acquisition Regulation (FAR) Part 36.301. Projects will vary in size but the order limitation of task orders shall range between $150K and $6M. Task orders issued under this MATOC will be competitive firm-fixed price and may include optional bid items. This MATOC will have a minimum guarantee of $2.5K.

DESCRIPTION OF WORK: Task orders placed under this MATOC shall be that of a design-build construction, design-bid-build construction, or construction only nature. Task orders placed under this MATOC are intended to provide rapid response for General Construction: new construction, major rehabilitation, maintenance or repair of situations relating, but not limited to, site work, earth work, spill ways, infrastructure, mechanical systems, utility systems, structural, electrical, HVAC of Government facilities. Work may involve Vertical Construction to include new construction and/or Design Build of various types of facilities, including but not limited to: Administrative & Office Facilities, Educational Facilities, Medical Facilities, Training Facilities, Religious Facilities, Vehicle Maintenance Facilities, Aircraft Storage Facilities, Maintenance Hangars, Warehouses, Operational Facilities, etc. Work under this MATOC may also include rehabilitation, renovation and repair of buildings, and building additions, in addition to; Horizontal Construction including, but not limited to, new construction, rehabilitation and repairs of dykes, lock & dams, highways, airfield runways, and airfield concrete aprons. Work could include secure area construction and require the ability to obtain and maintain a secret security clearance.

EVALUATION CRITERIA: This solicitation will be evaluated under the Two-Phase Design-Build Process. In Phase 1, interested firms or joint venture entities (referred to as quote mark Offerors quote mark ) will submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-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 no more than ten (10) of the most qualified Offerors to compete in Phase 2. In Phase 2, the selected Offerors will submit proposals for a quote mark seed quote mark project. The Government will evaluate the Phase 2 proposals, in accordance with the criteria described for Phase 2 in the solicitation. Phase 1 & 2 factors will be combined for an overall technical rating. The contract will be awarded to the responsible Offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the best overall value to the Government, considering technical/design quality, performance capability, and cost. To meet the minimum guarantee, the Government anticipates awarding the seed project to the highest rated offeror at time of contract award unless funds are not available to award. In that case, the Government will award the contract with the minimum guarantee. All other awards in the MATOC pool will be awarded with the minimum guarantee.

The following evaluation (rating) criteria listed below shall be used in this solicitation unless changed prior to issuance of the solicitation or modified by amendment prior to receipt of proposals:

Phase 1 - Past Performance and Design Experience

Phase 2 - Technical Approach and Price

All non-cost factors, when combined, are significantly more important than Price.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing Phase I of the solicitation on or about 4 December 2014. Note: The Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.

REGISTRATION: Offerors shall have and maintain an active registration in the following database: System for Award Management (SAM) at http://www.sam.gov to be eligible for a Government contract award.

POINT OF CONTACT: The point of contact for this procurement is Contract Specialist, Danielle Dinger at danielle.dinger@usace.army.mil or 910-251-4700 or Contracting Officer, Charlenne Figgins at charlenne.l.figgins@usace.army.mil or 910-251-4473.


Danielle Dinger, 910-251-4700

USACE District, Wilmington

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP