Search Contract Opportunities

NC General Construction MATOC   2

ID: W912HN-09-R-0056 • Type: Presolicitation

Description

Posted: Oct. 2, 2009, 3:25 p.m. EDT

Multiple Award Task Order Contract (MATOC), for Design/Build or Construction type task orders. Task orders issued under this MATOC can require performance of work anywhere within the South Atlantic Division Area of Operations (North Carolina, South Carolina, Georgia, Florida, Alabama, and Mississippi). Projects will typically be located on military installations within these boundaries. A project requiring use of civil funds or otherwise termed as civil construction is not authorized under this contract.
This acquisition is being restricted as a Small Business Set-Aside. The life of the basic contract is for a base period of three (3) years with two (2) one-year option periods or $499M; whichever occurs first. The pool size (number of contracts that may be awarded) shall not exceed six (6) contractors. The pool of contractors which successfully receive an award will share the total contract capacity of $499M. The government will use a two-phase design build evaluation process. The order limitation of task orders, to include the seed task order that will be used for evaluation purposes and award of the initial contracts, shall range between $1M and $40M. Task orders issued under this MATOC will be firm-fixed price. The initial seed task order may include options.
Description of work: Task orders placed under this MATOC may be either of a design-build nature or that of a design-bid-build (construction only) nature. Work may include but is not limited to the design and construction of administrative facilities, recreational facilities, educational facilities, religious facilities, medical facilities, and training facilities to include ranges. Work is not solely restricted to new construction but may also include repairs, renovations, alterations, or additions to existing buildings, such as those already cited, or infrastructure such as roads, parking, drainage systems and utility systems. Generally, however, task orders anticipated to be issued under this MATOC will be primarily for new, vertical construction and associated site work.
Evaluation Criteria: As this is a solicitation for a Multiple Award Task Order Contract (MATOC), a seed task order will be provided to those offerors invited to participate in Phase II for purposes of evaluation and in rendering the best value decision. Only that offeror whose proposal provides the best overall value of those offerors selected to be in the MATOC pool, if any, will also be awarded the seed task order. All other successful offerors, if any, will be awarded a contract with a minimum guarantee of $2,500. The evaluation factors and their relative importance for both Phase I and Phase II of this solicitation and evaluation process are as follows:
Phase I: Factor 1-1 CORPORATE RELEVANT SPECIALIZED EXPERIENCE, Factor 1-2 PAST PERFORMANCE, and Factor 1-3 TECHNICAL APPROACH NARRATIVE. Factor 1-1 is more important than factors 1-2 and 1-3. Factor 1-2: is equal in importance to Factor 1-3. Factors 1-1, 1-2, 1-3, together are equal importance to Factor 2-1.
Phase II: Factor 2-1: BUILDING FUNCTION AND AESTHETICS; 2-2, QUALITY OF BUILDING SYSTEMS; 2-3, SITE DESIGN; 2-4, SUSTAINABLE DESIGN; Factor 2-5 PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE, and; Factor 2-6 SMALL AND SMALL DISADVANTAGED BUSINESS UTILIZATION. Factors 2-1: Equal in importance to all Phase 1 factors combined, slightly more important than Factor 2-2 and more important than Factors 2-3, 2-4, 2-5 and significantly more important than Factor 2-6. Factor 2-2: is more important than Factors 2-3, 2-4, 2-5 and significantly more important than Factor 2-6. Factor 2-3: is slightly more important than Factors 2-4 and 2-5 and more important then Factor 2-6. Factor 2-4: is slightly more important than Factor 2-5 and more important then Factor 2-6. FACTOR 2-5: is more important than Factor 2-6. FACTOR 2-6: is least important.
Price: All non-cost factors, when combined, are significantly more important than Price.
Award will be made to those Offerors whose technical submittal and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror.
This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Phase I for this solicitation is anticipated to be available on or about 13 July 2009. 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. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov. After completing CCR, contractors and their subcontractors must register at www.fbo.gov in order to download RFP documents. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate this solicitation, Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments.

Posted: June 24, 2009, 10:19 a.m. EDT
Posted: June 24, 2009, 10:16 a.m. EDT

Overview

Response Deadline
Nov. 13, 2009, 2:00 p.m. EST (original: Aug. 15, 2009, 1:00 a.m. EDT) Past Due
Posted
June 24, 2009, 10:16 a.m. EDT (updated: July 14, 2010, 1:20 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
North Carolina, South Carolina, Georgia, Florida, Alabama, and Mississippi. Projects will typically be located on military installations within North Carolina USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
52%
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 6/24/09 USACE Savannah District issued Presolicitation W912HN-09-R-0056 for NC General Construction MATOC due 11/13/09. 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
Verona Williams   Profile
Phone
(912) 652-5105

Documents

Posted documents for Presolicitation W912HN-09-R-0056

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HN-09-R-0056

Award Notifications

Agency published notification of awards for Presolicitation W912HN-09-R-0056

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912HN-09-R-0056

Contract Awards

Prime contracts awarded through Presolicitation W912HN-09-R-0056

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HN-09-R-0056

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912HN-09-R-0056

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT SAVANNAH
FPDS Organization Code
2100-W912HN
Source Organization Code
100074192
Last Updated
Nov. 30, 2010
Last Updated By
PI33_DR_IAE_51681
Archive Date
Nov. 30, 2010