Search Contract Opportunities

RECOVERY--Y--IDIQ/MATOCS in Support of the Mobile District Gulf Coast Regional Construction Program - Small Business Set-Aside   9

ID: W91278-10-R-0014 • Type: Presolicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 22, 2010, 2:04 p.m. EST
This synopsis is being modified to change the bid response date from 26 January 2010 to 02 February 2010.
All other information mains unchanged.
Posted: Jan. 8, 2010, 10:11 a.m. EST
Posted: Nov. 30, 2009, 6:45 p.m. EST
Posted: Nov. 30, 2009, 4:39 p.m. EST
Posted: Nov. 19, 2009, 11:02 a.m. EST
Posted: Nov. 18, 2009, 2:52 p.m. EST
Posted: Nov. 12, 2009, 1:14 p.m. EST
Posted: Nov. 6, 2009, 4:23 p.m. EST
Posted: Nov. 6, 2009, 11:55 a.m. EST
Posted: Nov. 4, 2009, 3:43 p.m. EST
RECOVERY--In general, the work shall consist of the following: A Best Value solicitation for Multiple Award Task Order Contracts (MATOCs) in support of Military Construction in the Gulf Coast Region of Mobile District. The Government intends to establish one pool with two or more contractors with the purpose to provide a full range of new construction and repair services in support of the South Atlantic Division construction mission. The contractors shall furnish all plant, labor, supervision, tools, materials, equipment, design, and other items necessary to perform general military construction projects primarily in Alabama and Florida. However, the Government reserves the right to utilize these contracts for general construction projects located throughout the boundaries of the U. S. Army Corps of Engineers, South Atlantic Division which includes the additional states of Mississippi, Tennessee, Georgia, South Carolina and North Carolina. A seed project, SPECIAL FORCES AMMUNITIONS STORAGE AND SUPPORT FACILITY, Eglin AFB, will be included in the evaluation of Best Value.
Description of Seed Project: The project includes a 1-story 5,728 gsf Ammunition Support Facility and related supporting functions. Five General Purpose Earth Covered Magazines at 2,000 gsf each for a total of 10,000 gsf. Six Segregated Earth Covered Magazines (consolidated into three modules) at 250 sq.ft.
This procurement will be advertised via a single Request for Proposal (RFP) and the Government contemplates awards of at least 2 Indefinite Delivery/Indefinite Quantity (IDIQ) contracts in support of Mobile District Gulf Coast Region Construction Program. However, the Government reserves the right to utilize these contracts for general construction projects located throughout SAD. The term of each contract will be for a base year and four (4) twelve month options. Firm Fixed-Price task orders will be issued against these contracts. The guaranteed minimum will be $1,000 per contract and the total capacity for the entire pool (not each) of the contracts will be $499 million over five years. This requirement is being handled by the U.S. Army Corps of Engineers, Mobile District, Mobile; AL.
A Site Visit/Pre-Proposal Conference will be conducted on Dec 10, 2009 at 09:00 a.m. Contractors shall meet at the entrance to Duke Field Munitions Storage Yard Parking Lot. The Site Visit will last from approximately 09:00 a.m. to 10:00 a.m. The Pre-Proposal Conference will be held at the Duke Field Mobility Aerial Facility (passenger terminal area) Building 3201 at 10:30 a.m. until approximately 12:00 p.m. The purpose of the conference is to communicate the specific details associated with proposal submission requirements, and to discuss the overall competitive selection process as it relates to this specific procurement. Wage determination information will be in the solicitation package.
The North American Industry Classification System (NAICS) code for this project is 236220.
This synopsis will be available for download approximately on 03 December 2009.
The estimated cost of this project is between $250,000.00 and $500,000,000.
The contracting officer is Mrs. Donna Parker.
Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractor must be registered in the DoD Central Contractor Registration (CCR) prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractors responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at
http://www.adobe.com/ .
Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed.
Note No. 3: For the Seed Project, Critical path method (network analysis system) is not required.
Note No. 4: For this job, a small business is defined as having average annual receipts of less than $33,500,000 for the past three years.
Note No. 5: Some Task Orders under this IDIQ may be funded by the American Recovery and Reinvestment Act of 2009. Such Task Orders will be identified as being Recovery Act funded, and detail any special requirements of the Contractor related to the execution of such funds. (W91278-10-035-ARRA)
Note No. 6: The Seed Project under this solicitation includes bid options which may not be awarded.
Note No. 7: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.fbo.gov.
Address questions concerning downloading of plans/specifications to Sonya King at phone number 251-690-2537.
Note No. 8: A Contractor Site Visit has been scheduled for 10 Dec 2009 at 09:00 am. The only purpose of the site visit is to become familiar with the existing site conditions. Requests for Information (RFIs) generated from the site visit must be entered into the ProjNet Contractor RFI system for responses. Attendance at the site visit is strongly recommended. The Point of Contact for access to the site is Ms. Ashley Stover Contractors will be required to register by fax with Ms. Ashley Stover by noon on 1 Dec 2009.
Site visit POC:
Ashley L. Stover
Eglin AFB Resident Office
US Army Corps of Engineers
Mobile District
850-882-7023 (office)
850-882-3600 (fax)
All contractors and their employees that require main Eglin AFB, Camp Rudder or Duke Field access will be required to obtain a picture ID from the Base Pass and ID Office, and wear the ID at all times. Eglin has implemented a requirement for background check for all contractors and their employees to obtain Base passes.
Contractors will be required to submit a list of personnel, SSN, days and hours of access and employer to Eglin Corps of Engineers Resident Office (Fax number (850) 882-3600), 7 (seven) work days, by 1 Dec 2009 before pass is required.
At the same time, contractor will submit background check information - Form I-9 and Eglin affidavit - to Base Security at East Gate (Valparaiso/Niceville gate). All paperwork turned into the east gate needs to be placed in an envelope/folder with the company name, point of contact/number and contract number.
The Form I-9 may be mailed to;
96 SECURITY FORCES
BUILDING 272
ATTN- PASS AND REGISTRATION
EGLIN AIR FORCE BASE, FL 32542
Individuals must submit social security number or work permit number and have photo identification to receive badge.
Note: This process will take the full seven days and cannot be expedited in any manner.
Offerors should attend the site visit and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work or the cost thereof. Failure to do so shall not relieve offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government shall assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Request For Proposals, the specifications, or related documents. In this regard, Offerors should note Contract Clause FAR 52.236-3 Site Investigation and Conditions Affecting the Work.
Note No. 9: The request for information (RFI) process for bidder inquiries during the advertisement period will be through the PROJNET internet based system, and specifics will be contained in the RFP solicitation package available exclusively from FedBizOpps. Other forms of communicating RFIs to the government will not be honored. The government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.)

Overview

Response Deadline
Feb. 2, 2010, 12:00 a.m. EST (original: Jan. 19, 2010, 12:00 a.m. EST) Past Due
Posted
Nov. 4, 2009, 3:43 p.m. EST (updated: Jan. 25, 2010, 3:03 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL 36628-0001 US
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
90%
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 11/4/09 USACE Mobile District issued Presolicitation W91278-10-R-0014 for RECOVERY--Y--IDIQ/MATOCS in Support of the Mobile District Gulf Coast Regional Construction Program - Small Business Set-Aside due 2/2/10. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y.
Primary Contact
Name
Terricka D. Leonard, 251-441-6500 US Army Engineer District, Mobile
Email
Phone
None

Documents

Posted documents for Presolicitation W91278-10-R-0014

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W91278-10-R-0014

Award Notifications

Agency published notification of awards for Presolicitation W91278-10-R-0014

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W91278-10-R-0014

Contract Awards

Prime contracts awarded through Presolicitation W91278-10-R-0014

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W91278-10-R-0014

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W91278-10-R-0014

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT MOBILE
FPDS Organization Code
2100-W91278
Source Organization Code
100221437
Last Updated
April 3, 2010
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 3, 2010