Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

Z -- AM01- Two-Phase Design-Build MATOC IDIQ for Construction Requirements in Central America

Notice Date
1/13/2021 11:35:56 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127820R0114
 
Response Due
1/21/2021 12:00:00 PM
 
Archive Date
01/21/2025
 
Point of Contact
Sara G. Logsdon, Phone: 2516903347, Lesley Thomas
 
E-Mail Address
sara.g.logsdon@usace.army.mil, lesley.m.thomas@usace.army.mil
(sara.g.logsdon@usace.army.mil, lesley.m.thomas@usace.army.mil)
 
Description
Please see revision in Amendment 0001 (AM01) attached on 13 January 2021. This solicitation is a �Best Value�, Two-Phase source selection.� In Phase One, Offerors will compete for the opportunity to submit proposals for Phase Two. �In Phase One, an Offeror must submit certain specified information regarding its company�s past performance and technical approach.� Price is not a submission requirement in Phase One. �Based on the results of Phase One evaluations, the Government will select two or more of the most highly rated Offerors to participate in Phase Two. �However, the Government reserves the right to reject any and/all offers.� In Phase Two, Offerors will compete to determine which Offerors will be awarded an Indefinite Delivery/Indefinite Quantity (IDIQ) contract and be included in the MATOC pool. �Price proposals will be submitted in Phase Two and will consist of two bid schedules: �Bid Schedule No. 1 (Rates) and Bid Schedule No.2 (Seed Project Price). �Following Phase Two evaluations, the Government intends to award two or more MATOCs and to award the Seed Project (Bid Schedule No. 2) to one of the awardees.� However, the Government, at its discretion, is not obligated to award any MATOCs or the Seed Project as a result of the evaluations. �THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 236220 Estimated Cost Range From $25,000,000 to $100,000,000 .��� Offers Covering The Project Restricted to Small Business�� Yes_ __ ��No_ X_ ������� *Restricted to 8(a) Competitive for Region IV�� Yes___ ��No_X__ ��������� Subcontracting Plan Required��� Yes___ ��No_ X __ The Government intends to award multiple contracts pursuant to this solicitation.� These contracts shall be Indefinite Delivery/ Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) with Design Build capabilities to support U.S. Army Corps of Engineers, Mobile District, Military Construction and Support for Others program for construction requirements in Central America.� This requirement is being handled by the U.S. Army Corps of Engineers, Mobile District; Mobile, Alabama. The term of the contract is limited to a five year ordering period. �The guaranteed minimum for the contract is $1,000. �The total dollar capacity for the contract is $49 million over five years. Contractors shall complete all work under their contract in accordance with schedules that are established in each Task Order.� Work will vary from site to site, or location, and will require extensive knowledge of construction and renovation projects.� Submittal dates will be included in the individual Task Orders.� These dates identify when information is due to the issuing Government office and other addresses identified in the individual Task Orders.� The types and numbers of submittals and dates and places for review meetings shall be established by each Task Order under this contract.� Defense Base Act (DBA) Insurance will be required for all the task orders. The Government anticipates that Task Orders will be awarded on a firm fixed-price basis. OBJECTIVE.� This contract will require contractors to provide all plant, labor, equipment and materials necessary to perform� design, construction, incidental demolition, upgrade and repair of facilities and structures.� Work will typically include vertical and horizontal construction, site work, geotechnical surveys, landscaping, surveying, mapping, mechanical and electrical work for blast resistant, fortified structures; rigid and flexible paving for roads, airfields and helipads; parking lots; riverine and marine construction of floating docks, piers, and barges; dredging; construction of remote and temporary camps, firing ranges, rappel towers, shoot houses, fuel systems, ammunition storage, food storage, interior and exterior utilities to include water and sewage treatment, water wells, communications, electrical power (to include generators and solar and wind power), security (to include field fortifications, wire obstacles, bunkers, watch towers and security fencing and hardening of existing facilities) and safety of facilities. Facilities and structures may include administrative buildings, barracks, warehouses, hangars, schools, motor pools, etc.� The work may involve replacement in kind, repairs, upgrades and modification work and/or new construction. It also may include incidental design and testing, and survey and abatement for lead based paint (LBP) and asbestos containing materials (ACM).� Facility repairs, upgrades and construction shall conform to the requirements of the technical criteria listed in the Task Order. Task Orders may require the application of U.S. Building Codes; International Building Code (IBC); National Electric Code (NEC); Structural and Heating, Ventilation and Air Conditioning (HVAC) codes; and U.S. Department of Defense criteria that include, but are not limited to, Unified Facility Criteria (UFC) and Anti-Terrorist and Force Protection (AFTP) requirements as well as any Host Nation requirements that may be stricter than those listed above.� In addition, construction materials, including, but not limited to locally available aggregates, cements, reinforcing steel, structural lumber, block masonry products, conduit and electrical devices, pipe and plumbing fixtures, may be purchased under this contract.� Some construction may occur at remote locations and close coordination will be required with both the US Army Corps of Engineers and Host Nation Military and civilian authorities throughout the life of the projects.� Projects on Host Nation military installations will require that employees be vetted for security by Host Nation military authorities.� The work described herein shall be accomplished through the implementation of Task Orders issued under the terms of this solicitation. SEED PROJECT:� TO BE IDENTIFIED IN PHASE TWO Field Office:� Central America Resident Office ����������������������� POC: Bil Hawkins, 251-694-4375 Project Manager: Julie Walton, 251-694-4633 Project Engineer: John Anderson, 251-441-5731 Specification Engineer:� Meggie Bilon, 251-690-3504� � � � � � � � � � � � � � � � � � Contract Specialist: Lesley Thomas/Sara Logsdon, 251-690-3347
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/818a87b7e89b4c028e1dba2ef5835f86/view)
 
Record
SN05891280-F 20210115/210113230105 (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  © 1994-2020, Loren Data Corp.