Search Contract Opportunities

Amendment 0003   2

Type: Presolicitation • ID: W912BV17R0032

Description

Posted: May 22, 2018, 5:40 p.m. EDT
The Purpose of this Amendmenet 0003 is to enter into Phase 2
Posted: Nov. 2, 2017, 2:57 p.m. EDT
Posted: Oct. 13, 2017, 2:57 p.m. EDT
Posted: Aug. 31, 2017, 4:11 p.m. EDT
(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 "Disclosure of Magnitude of Constructing Projects" the estimated amount of this contract is "more than $10,000,000.00." 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 "Request for Qualifications" or the acronym: "RFQ". This solicitation refers to it as "Phase 1". In Phase 1 of the 2 phase design-build selection procedure, interested firms or joint venture entities (referred to as "Offerors") 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 "Commercial and Institutional Building Construction" 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 Offeror's 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:
http://www3.epa.gov/epawaste/conserve/tools/cpg/products
For USDA-Designated Biopreferred Program Product Categories visit:
http://www.biopreferred.gov/BioPreferred/faces/pages/ProductCategories.xhtml
For DOE Product Categories Covered by Efficiency Programs visit:
http://energy.gov/eere/femp/find-productcategories-covered-efficiency-programs

The solicitation will include the FAR clause at 52.225-11, Buy American--Construction 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 offeror's responsibility to check the www.fbo.gov website daily for any posted changes to the solicitation. Contractor's 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 https://www.sam.gov.

(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.

Overview

Response Deadline
June 21, 2018, 4:00 p.m. EDT (original: ) Past Due
Posted
Aug. 31, 2017, 4:11 p.m. EDT (updated: May 22, 2018, 5:40 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
2488 E. 81st Street TULSA, OK 74137 USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
88%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 8/31/17 USACE Tulsa District issued Presolicitation W912BV17R0032 for Amendment 0003 due 6/21/18. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z.
Primary Contact
Title
Contract Specialist
Name
Bruce E. Hayes   Profile
Phone
(918) 669-7277

Secondary Contact

Title
Contracting Officer
Name
Brian Hutchison   Profile
Phone
(918) 669-7426

Documents

Posted documents for Presolicitation W912BV17R0032

Opportunity Lifecycle

Procurement notices related to Presolicitation W912BV17R0032

Award Notifications

Agency published notification of awards for Presolicitation W912BV17R0032

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912BV17R0032

Contract Awards

Prime contracts awarded through Presolicitation W912BV17R0032

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912BV17R0032

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912BV17R0032

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT TULSA
FPDS Organization Code
2100-W912BV
Source Organization Code
100221322
Last Updated
July 6, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 6, 2018